Download - VOLUME : I / IV BIDDING DOCUMENTS
DELHI JAL BOARD
GOVT. OF NCT OF DELHI Varunalaya Phase I, Karol Bagh
New Delhi – 110005 Delhi, India
Phone/Fax: +91-11-2355-4573
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT
IN CHANDRAWAL WTP COMMAND AREA
(LOAN NO. ID-P225)
NIT NO. 01 (2021-22)/EE(EAP)-I
VOLUME : I / IV
BIDDING DOCUMENTS (Part 1: Bidding Procedures &
Part 3: Conditions of Contract)
BIDDING DOCUMENT
FOR
PACKAGE – 2 ( West Zone )
Improvement of Water Supply System including
Operation and maintenance of Transmission & Distribution Pipes, Pumping Stations, Service Connections and Consumer
Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area Package-2 ( West Zone )
ON
INTERNATIONAL COMPETITIVE BIDDING
April 2021
VOLUME I : BIDDING DOCUMENT 1-193
• Section V : Eligible Source Countries INVITATION FOR BIDS
PART 1 – Bidding Procedures
Section I. : Instructions to Bidders (ITB)
Section II. : Bid Data Sheet (BDS)
Section III. : Evaluation and Qualification Criteria (EQC)
Section IV : Bidding Forms – Technical Bid ( BFTB)
of Japanese ODA Loans (ESC)
PART 3 – Conditions of Contract
Section VII : General Conditions (GC)
Section VIII : Particular Conditions (PC)
Section IX : Contract Forms – Annex. To PC (CF)
INDEX
VOLUME II: BIDDING DOCUMENT 194-840
PART 2 – Works Requirements
Section VI : A. Scope of Works (SOW)
B. Works Requirements – General (WR) C. Technical Specifications
D. O&M
E. List of Approved Makes
VOLUME III: PRICE BID 841-1005
PART 1 - Section IV : Bidding Forms – Price Bid
A. Letter of Price Bid
B. Price Proposal
i) Schedule of Price Adjustment Data
ii) Bill of Quantities (Preamble, Work Items & Day work Schedule)
iii) Stage Payments (Payment Milestones) iv) Price Schedules
Summary of Price Schedules
Price Schedule of Capital Works
Price Schedule of O&M Works
C. Service Level Agreement
VOLUME IV: BIDDING DOCUMENT 1006-1175
PART 2 - Works Requirements
Section VI : F. Drawings
Invitation for Bids
DELHI JAL BOARD: GOVT. OF NCT DELHI
OFFICE OF EXECUTIVE ENGINEER (PROJECT) WATER-II
ROOM NO. 501, VARUNALAYA PHASE: I, KAROL BAGH, NEW DELHI-110005,
Telephone No.:011-23554573; E-mail address: [email protected]
NIT No.- 01 (2021-22)/EE(EAP)-I
1. The Government of India has received a Loan from the Japan International Cooperation
Agency (JICA) toward the cost of the Delhi Water Supply Improvement Project in
Chandrawal Water Treatment Plant Command Area (ID-P 225). It isintended that part
of the proceeds of this Loan will be applied to eligible payments under the contract for
Improvement of Water Supply System including Operation and maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package 2, ( West Zone )
2. The Delhi Jal Board (DJB) an undertaking of the Government of National Capital
Territory (NCT) of Delhi now invites sealed Bids from eligible Bidders for the
construction and completion of Improvement of Water Supply System including
Operation and maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction
in Chandrawal WTP Command Area [Package 2: West Zone. (“the Works”)].
The Delhi Jal Board (DJB) intends to award the contract for;.
Name of the Contract Type of
Contract
Bid
Security (Rs.)
Completion Period
Improvement of Water Supply System
including Operation and maintenance
of Transmission & Distribution Pipes,
Pumping Stations, Service
Connections and Consumer Meters
with DMA formation and NRW
Reduction in Chandrawal WTP
Command Area, Package 2, ( West Zone )
Item rate
and Lump
Sum
Rs. 4 Crores (in
form of
BG in
favour of
Delhi Jal
Board)
i) Construction period : 3
years
ii) Preparatory period: 4
months from the date of
work award
iii) O&M during
construction period : 2
years 8 months
iv) O&M after
construction period : 10
years
3. Bidding will be conducted through procedures in accordance with the applicable
Guidelines for Procurement under Japanese ODA Loans, and is open to all Bidders from
eligible source countries, as defined in the Loan Agreement.
4. Interested eligible Tenderers may obtain further information and inspect the Bidding
Documents at the office of the Executive Engineer (EAP)-I, Delhi Jal Board, Govt of
NCT of Delhi:
Address: Room No. 501, Varunalaya Phase:I, Karol Bagh, New Delhi 110005
Telephone: 011-23554573
Electronic mail address: [email protected]
Also, for the reference purpose only, Bidding Documents are available on the DJB Web
site, www.delhijalboard.nic.in under Expression of Interest link. In the event of any
discrepancy between the downloaded copy and the original purchased, as stipulated in
Para 5, the original shall prevail.
5. A complete set of the original Tender Documents may be purchased by interested
Tenderer(s) on the submission of a written Application to the address above and upon
payment of a non-refundable fee of INR 50,000 (Indian Rupees Fifty Thousand only).
The non-refundable fees for Tender documents shall be paid in shape of Bank Draft
issued by any Scheduled Bank of India approved by RBI or any scheduled foreign bank
with business in India in favour of, Delhi Jal Board. The downloaded copy shall be
used for information only but not for submission of Bid.
A Tenderer may be a Firm (single entity) or a Joint Venture (JV) of several entities. In
case of JV, any member of the JV who have purchased the Tender document would be
sufficient to submit the Tender on behalf of the JV.
6. The provisions in the Instructions to Bidders (ITB) and in the General Conditions of
Contract (GC) are the provisions of the Standard Bidding Documents for the
Procurement of Works under Japanese ODA Loans.
7. Bids must be delivered to the address given above (in para 4) on or before the date and
time specified in the schedule below and must be accompanied by a Bid Security given
above (in para 2). Bidding Schedule are:
Start date & time for purchasing Tender Documents at 10:00 on 28.04.2021
Date & time of Pre-bid meeting at 11:00 on 10.05.2021
Last date & time of submission of Pre-bid queries at 18:00 on 12.05.2021
Last date & time for purchasing Tender documents at 15:00 on 21.06.2021
Last date & time for submission of Bids at 15:00 on 23.06.2021
Date / time of opening of Technical Bid at 15:15 on 23.06.2021
8. Bids will be opened in the presence of Bidders’ representatives who choose to attend at
time and date specified in schedule above (para 7) at the offices of the Executive
Engineer (EAP)-I, DJB, address at Room No. 501, Varunalaya Phase:I, Karol Bagh,
New Delhi 110005.
9. The Bid shall remain valid for the period of 150 days after the last date of submission
of bids. Any further corrigendum/addendum/clarification, if any, will be uploaded on
Delhi Jal Board’s website i.e. www.delhijalboard.nic.in only.
(B.S. Rawat)
EE (EAP)-I
VOLUME I
BIDDING DOCUMENT - PART 1 & 3
Table of Contents
Invitation for Bids
PART 1 –Bidding Procedure 1-124
Section I : Instruction to Bidders (ITB) 2-33
Section II : Bid Data Sheet (BDS) 34-38
Section III : Evaluation and Qualification Criteria (EQC) 39-52
Section IV : Bidding Forms – Technical Bid (BFTB) 53-123
Section V : Eligible Source Countries of Japanese ODA Loans (ESC) 124-124
PART 3 –Condition of Contract 125-193
Section VII : General Conditions (GC) 127-127
Section VIII : Particular Conditions (PC) 128-183
Section IX : Contract Forms – Annex. To PC (CF) 184-193
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Part - 1
Bidding Procedures
Delhi Jal Board Tenderer
Table of Contents
PART - 1 ........................................................................................................................................ 1
Bidding Procedures ......................................................................................................................... 1
Section I: Instructions to Bidders (ITB).................................................................................... 2
OPTION B: Two-Envelope Bidding .............................................................................................. 3
General ............................................................................................................................................ 6
1. Scope of Bid ..................................................................................................................... 6 2. Source of Funds ............................................................................................................... 6 3. Corrupt and Fraudulent Practices ..................................................................................... 7 4. Eligible Bidders ............................................................................................................... 8
5. Eligible Materials, Equipment, and Services ................................................................. 10
B. Contents of Bidding Documents .................................................................................. 10
6. Sections of Bidding Documents ..................................................................................... 10 7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting ................................ 11 8. Amendment of Bidding Documents ............................................................................... 12
C. Preparation of Bids ....................................................................................................... 13
9. Cost of Bidding .............................................................................................................. 13
10. Language of Bid ............................................................................................................. 13
11. Documents Comprising the Bid ..................................................................................... 13
12. Letters of Bid and Schedules ......................................................................................... 14 13. Alternative Bids ............................................................................................................. 14
14. Bid Prices and Discounts ................................................................................................ 15 15. Currencies of Bid and Payment ...................................................................................... 16
16. Documents Comprising the Technical Proposal ............................................................ 17 17. Documents Establishing the Qualifications of the Bidder ............................................. 17 18. Period of Validity of Bids .............................................................................................. 18 19. Bid Security ................................................................................................................... 18 20. Format and Signing of Bid ............................................................................................. 20
D. Submission and Opening of Bids ................................................................................. 20
21. Sealing and Marking of Bids .......................................................................................... 20 22. Deadline for Submission of Bids ................................................................................... 21
23. Late Bids ........................................................................................................................ 21 24. Withdrawal, Substitution, and Modification of Bids ..................................................... 22 25. Bid Opening ................................................................................................................... 22
E. Evaluation and Comparison of Bids ............................................................................. 25
26. Confidentiality ............................................................................................................... 25 27. Clarification of Bids ....................................................................................................... 25
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Part - 1
Bidding Procedures
Delhi Jal Board Tenderer
28 Deviations, Reservations, and Omissions ...................................................................... 25 29 Preliminary Examination of Technical Bids .................................................................. 26 30 Qualification of the Bidder ............................................................................................. 26
31. Determination of Responsiveness of Technical Bid ...................................................... 27 32. Nonmaterial Nonconformities ........................................................................................ 28 33. Correction of Arithmetical Errors .................................................................................. 28 34. Conversion to Single Currency ...................................................................................... 29 35. Subcontractors................................................................................................................ 29
36. Evaluation of Price Bids ................................................................................................. 29 37. Comparison of Bids ....................................................................................................... 31 38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids .......................... 31
F. Award of Contract ........................................................................................................ 31
39. Award Criteria ............................................................................................................... 31 40. Notification of Award .................................................................................................... 31 41. Signing of Contract ........................................................................................................ 32
42. Performance Security ..................................................................................................... 32 Section II : Bid Data Sheet (BDS) .......................................................................................... 34
Section III : Evaluation and Qualification Criteria (EQC) ..................................................... 39 1 Single-Stage: Two-Envelope Bidding Procedure .......................................................... 39
2 Evaluation of Technical Bids ......................................................................................... 39 2.1 Qualification .................................................................................................................. 39 2.2 Technical Proposal ......................................................................................................... 48
3 Evaluation of Price Bids ................................................................................................ 50 3.1 In addition to the criteria in ITB 36.2 (a)–(d) the following criteria shall apply: .......... 50
3.2 Other Factors .................................................................................................................. 51
Section IV : Bidding Forms–Technical Bid (BFTB) .............................................................. 53
Letter of Technical Bid ................................................................................................................. 54
Qualification Forms ...................................................................................................................... 55
Form ELI -1.1: Bidder Information Form............................................................................... 56 Form ELI -1.2: Bidder’s Party Information Form .................................................................. 57 Form ELI -2: Sample Joint Venture Agreement / Letter of Intent ......................................... 58 Form CON – 2: Historical Contract Non-Performance .......................................................... 60
Form FIN - 3.1: Financial Situation ........................................................................................ 63 Form FIN - 3.2: Average Annual Construction Turnover ...................................................... 65 Form FIR -1: Financial Resources .......................................................................................... 66 Form FIR -2: Current Contract Commitments........................................................................ 67 Form EXP - 4.1: General Construction Experience ................................................................ 68
Form EXP - 4.2(a): Specific Construction Experience ........................................................... 69
Form EXP - 4.2(b): Specific Construction Experience in Key Activities ............................. 71
Form EXP – 5: Format for Experience Certificates................................................................ 73
Technical Proposal ........................................................................................................................ 74
Form TECH-1: Site Organization ........................................................................................... 75 Form TECH-2: Method Statement.......................................................................................... 76
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Part - 1
Bidding Procedures
Delhi Jal Board Tenderer
Form TECH-3: Mobilization Schedule ................................................................................... 77 Form TECH-4: Construction and ‘Operation & Maintenance’ Schedule .............................. 78 Form TECH-5: Safety and Environmental Management Plan ............................................... 79
Form TECH-6: Transmission Mains ...................................................................................... 80 Form TECH-7: UGRs and BPSs (Design - Build) ................................................................. 81 Form TECH-8: SCADA - Transmission and Distribution System (Design- Build) ............. 82 Form TECH-9: Operation and Maintenance........................................................................... 83 Form PER -1: Proposed Personnel ......................................................................................... 84
Form PER -2: Resume of Proposed Personnel ....................................................................... 85 Form EQU: Equipment ........................................................................................................... 87 Form TP: Schedule of Technical Particulars .......................................................................... 89
Form ACK: Acknowledgement of Compliance with Guidelines for Procurement under
Japanese ODA Loans .................................................................................................................. 118
Form – 6: Format for Affidavit ................................................................................................... 120
Form of Bid Security (Bank Guarantee) ..................................................................................... 122
Section V : Eligible Source Countries of Japanese ODA Loans (ESC) ......................... 124
PART 3 ....................................................................................................................................... 125
Conditions of Contract & Contract Forms .................................................................................. 125
Section VII : General Conditions (GC) ................................................................................... 127
Section VIII : Particular Conditions (PC) ................................................................................... 128
Part A - Contract Data ............................................................................................................. 129
Part B : Specific Provisions - Capital Works ........................................................................ 136
Section IX : Annex to the Particular Conditions - Contract Forms (CF) .................................... 184
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Part - 1
Bidding Procedures
Delhi Jal Board Tenderer
Page 1
PART - 1
BIDDING PROCEDURES
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 2
Section I: Instructions to Bidders (ITB)
The Instructions to Bidders governing this bidding process are the “Instructions to Bidders” included
in Option B: Two-Envelope Bidding, Section I, of the Standard Bidding Documents for Procurement
of Works (version 1.1), published by JICA in October, 2012. Those Instructions to Bidders are
available on the JICA’s web site shown below:
http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender/inde
x.html
A copy of these Instructions to Bidders is not attached to these Bidding Documents
(Note: Copy of these Instructions to Bidders is not to be attached with this Bidding Documents.
However, it is included here only for quick reference purposes of the Bidder. In case of any
discrepancy of the conditions presented herein with the document given in the JICA website, the
latter will prevail.)
Any supplement the information, requirements or changes included in Section I, Instructions
to Bidders (ITB), shall be introduced only through the Section II, Bid Data Sheet (BDS)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 3
OPTION B: Two-Envelope Bidding
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 4
Table of Clauses for Instruction to Bidders
A. General .................................................................................................................................6
1. Scope of Bid ..............................................................................................................6 2. Source of Funds .........................................................................................................6
3. Corrupt and Fraudulent Practices ..............................................................................7
4. Eligible Bidders .........................................................................................................8
5. Eligible Materials, Equipment, and Services .........................................................10
B. Contents of Bidding Documents ........................................................................................10
6. Sections of Bidding Documents .............................................................................10 7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting .........................10
8. Amendment of Bidding Documents ........................................................................12
C. Preparation of Bids.............................................................................................................13
9. Cost of Bidding .......................................................................................................13 10. Language of Bid ......................................................................................................13
11. Documents Comprising the Bid ..............................................................................13
12. Letters of Bid and Schedules ...................................................................................14
13. Alternative Bids ......................................................................................................14
14. Bid Prices and Discounts ........................................................................................15
15. Currencies of Bid and Payment ...............................................................................16
16. Documents Comprising the Technical Proposal .....................................................17
17. Documents Establishing the Qualifications of the Bidder ......................................17
18. Period of Validity of Bids .......................................................................................18
19. Bid Security .............................................................................................................18
20. Format and Signing of Bid ......................................................................................20
D. Submission and Opening of Bids .......................................................................................20
21. Sealing and Marking of Bids ...................................................................................20 22. Deadline for Submission of Bids ............................................................................21
23. Late Bids .................................................................................................................21
24. Withdrawal, Substitution, and Modification of Bids ..............................................22
25. Bid Opening ............................................................................................................22
E. Evaluation and Comparison of Bids ..................................................................................25
26. Confidentiality .........................................................................................................25 27. Clarification of Bids ................................................................................................25
28. Deviations, Reservations, and Omissions ...............................................................25
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 5
29. Preliminary Examination of Technical Bids ...........................................................26
30. Qualification of the Bidder ......................................................................................26
31. Determination of Responsiveness of Technical Bid ...............................................27
32. Nonmaterial Nonconformities .................................................................................28
33. Correction of Arithmetical Errors ...........................................................................28
34. Conversion to Single Currency ...............................................................................29
35. Subcontractors .........................................................................................................29
36. Evaluation of Price Bids ..........................................................................................29
37. Comparison of Bids .................................................................................................31
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ...................31
F. Award of Contract ..............................................................................................................31
39. Award Criteria .........................................................................................................31
40. Notification of Award .............................................................................................31
41. Signing of Contract .................................................................................................32
42. Performance Security ..............................................................................................32
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 6
General
1. Scope of Bid
1.1 In connection with the Invitation for Bids specified in
Section II, Bid Data Sheet (BDS), the Employer, as specified
in the BDS, issues these Bidding Documents (hereinafter
referred to as “Bidding Documents”) for the procurement of
Works as specified in Section VI, Works Requirements. The
name, identification, and number of the lot(s) (contract(s))
comprising this International Competitive Bidding (ICB)
process are specified in the BDS.
1.2 Throughout these Bidding Documents:
(a) the term “in writing” means communicated in written
form and delivered against receipt;
(b) except where the context requires otherwise, words
indicating the singular also include the plural and words
indicating the plural also include the singular; and
(c) “day” means calendar day.
2. Source of Funds
2.1 The Borrower specified in the BDS has received or has
applied for a Japanese ODA Loan from Japan International
Cooperation Agency (hereinafter referred to as “JICA”), with
the number, in the amount and on the signed date of the Loan
Agreement specified in the BDS, towards the cost of the
project specified in the BDS. The Borrower intends to apply a
portion of the proceeds of the loan to payments under the
contract(s) for which these Bidding Documents are issued.
2.2 Disbursement of a Japanese ODA Loan by JICA will be
subject, in all respects, to the terms and conditions of the
Loan Agreement, including the disbursement procedures and
the applicable Guidelines for Procurement under Japanese
ODA Loans specified in the BDS. No party other than the
Borrower shall derive any rights from the Loan Agreement
or have any claim to the loan proceeds.
2.3 The above Loan Agreement will cover only a part of the
project cost. As for the remaining portion, the Borrower will
take appropriate measures for finance.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 7
3. Corrupt and Fraudulent Practices
3.1 It is JICA’s policy to require that Bidders and Contractors, as
well as Borrowers, under contracts funded with Japanese
ODA Loans and other Japanese ODA, observe the highest
standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, JICA:
(a) will reject a proposal for award if it determines that the
Bidder recommended for award has engaged in corrupt
or fraudulent practices in competing for the contract in
question;
(b) will recognize a Bidder or Contractor as ineligible, for a
period determined by JICA, to be awarded a contract
funded with Japanese ODA Loans if it at any time
determines that the Bidder or the Contractor has engaged
in corrupt or fraudulent practices in competing for, or in
executing, another contract funded with Japanese ODA
Loans or other Japanese ODA; and
(c) will recognize a Contractor as ineligible to be awarded a
contract funded with Japanese ODA Loans if the
Contractor or subcontractor, who has a direct contract
with the Contractor, is debarred under the cross
debarment decisions by the Multilateral Development
Banks. Such period of ineligibility shall not exceed three
(3) years from (and including) the date on which the cross
debarment is imposed.
“Cross debarment decisions by the Multilateral
Development Banks” is a corporate sanction in accordance
with the agreement among the African Development Bank
Group, Asian Development Bank, European Bank for
Reconstruction and Development, Inter-American
Development Bank Group and the World Bank Group
signed on 9 April, 2010 (as amended from time to time).
JICA will recognize the World Bank Group’s debarment of
which period exceeds one year, imposed after 19 July,
2010, the date on which the World Bank Group started
cross debarment, as “cross debarment decisions by the
Multilateral Development Banks.” The list of debarred
firms and individuals is available at the electronic address
specified in the BDS.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 8
JICA will recognize a Bidder or Contractor as ineligible to
be awarded a contract funded with Japanese ODA Loans if
the Bidder or Contractor is debarred by the World Bank
Group for the period starting from the date of the Invitation
for Bid, if prequalification has not been conducted, or the
date of the Advertisement for Prequalification, if
prequalification has been conducted, up to the signing of
the contract, unless (i) such debarment period does not
exceed one year, or (ii) three (3) years have passed since
such debarment decision.
If it is revealed that the Contractor was ineligible to be
awarded a contract according to above, JICA will, in
principle, impose sanctions against the Contractor.
If it is revealed that the subcontractor, who has a direct
contract with the Contractor, was debarred by the World
Bank Group on the subcontract date, JICA will, in
principle, require the Borrower to have the Contractor
cancel the subcontract immediately, unless (i) such
debarment period does not exceed one year, or (ii) three (3)
years have passed since such debarment decision. If the
Contractor refuses, JICA will require the Borrower to
declare invalidity or cancellation of the contract and
demand the refund of the relevant proceeds of the loan or
any other remedies on the grounds of contractual violation.
3.2 Furthermore, Bidders shall be aware of the provision stated
in Sub-Clause 15.6 of the General Conditions.
4. Eligible Bidders
4.1 A Bidder may be a firm that is a single entity or any
combination of such entities in the form of a joint venture
(JV) under an existing agreement or with the intent to enter
into such an agreement supported by a letter of intent. In the
case of a JV, all members shall be jointly and severally liable
for the execution of the Contract in accordance with the
Contract terms. The JV shall nominate a Representative who
shall have the authority to conduct all business for and on
behalf of any and all the members of the JV during the
bidding process and, in the event the JV is awarded the
Contract, during contract execution.
4.2 A Bidder shall not have a conflict of interest. A Bidder shall not
be employed under any of the circumstances set forth below,
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 9
where it is determined to have a conflict of interest throughout the
bidding/selection process and/or the execution of the contract
unless the conflict has been resolved in a manner acceptable to
JICA (a) A firm shall be disqualified from providing goods or
non-consulting services resulting from or directly related
to consulting services for the preparation or
implementation of a project that it provided or were
provided by any affiliate that directly or indirectly
controls, is controlled by, or is under common control
with that firm. This provision does not apply to the
various firms (consultants, contractors, or suppliers)
only due to the reason that those firms together are
performing the Contractor’s obligations under a turnkey
or design and build contract.
(b) A firm that has a close business relationship with the
Borrower’s professional personnel, who are directly or
indirectly involved in any part of: (i) the preparation of
the Bidding Documents for the contract, (ii) the Bid
evaluation, or (iii) the supervision of such contract, shall
be disqualified.
(c) Based on the “One Bid Per Bidder” principle, which is
to ensure fair competition, a firm and any affiliate that
directly or indirectly controls, is controlled by, or is
under common control with that firm shall not be
allowed to submit more than one Bid, either individually
as a Bidder or as a member of a JV. A firm (including its
affiliate), if acting in the capacity of a subcontractor in
one Bid, may participate in other Bids, only in that
capacity.
(d) A firm having any other form of conflict of interest other
than (a) through (c) above shall be disqualified.
4.3 A Bidder, and all members constituting the Bidder, shall be from
any of the eligible source countries as indicated in Section V,
Eligible Source Countries of Japanese ODA Loans.
4.4 A Bidder that has been determined to be ineligible by JICA in
accordance with ITB 3.1 shall not be eligible to be awarded a
contract.
4.5 This bidding is open only to prequalified Bidders unless specified in the BDS.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 10
4.6 A Bidder shall provide such evidence of eligibility satisfactory
to the Employer, as the Employer shall reasonably request.
5. Eligible Materials, Equipment, and Services
5.1 The materials, equipment and services to be supplied under the
Contract and financed by JICA shall have their origin in any of
the eligible source countries indicated in Section V, Eligible
Source Countries of Japanese ODA Loans. At the Employer’s
request, Bidders may be required to provide evidence of the
origin of materials, equipment and services.
5.2 For purposes of ITB 5.1 above, “origin” means the place
where the materials and equipment are mined, grown,
produced or manufactured, and from which the services are
provided. Materials and equipment are produced when,
through manufacturing, processing, or substantial or major
assembling of components, a commercially recognized
product results that differs substantially in its basic
characteristics or in purpose or utility from its components.
B. Contents of Bidding Documents
6. Sections of Bidding Documents
6.1 The Bidding Documents consist of Parts 1, 2, and 3, which
include all the Sections specified below, and which should be
read in conjunction with any addenda issued in accordance with
ITB 8.
PART 1 Bidding Procedures
Section I. Instructions to Bidders (ITB)
Section II. Bid Data Sheet (BDS)
Section III. Evaluation and Qualification Criteria
Section IV. Bidding Forms
Section V. Eligible Source Countries of Japanese ODA Loans
PART 2 Works Requirements
Section VI. Works Requirements
PART 3 Conditions of Contract and Contract Forms
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 11
Section VII. General Conditions (GC)
Section VIII. Particular Conditions (PC)
Section IX. Annex to the Particular Conditions - Contract Forms
6.2 The Invitation for Bids issued by the Employer is not part of
the Bidding Documents.
6.3 Unless obtained directly from the Employer, the Employer is
not responsible for the completeness of the Bidding
Documents, responses to requests for clarification, the
minutes of the pre-bid meeting (if any), or addenda to the
Bidding Documents in accordance with ITB 8. In case of any
contradiction, documents obtained directly from the
Employer shall prevail.
6.4 The Bidder is expected to examine all instructions, forms,
terms, and specifications in the Bidding Documents and to
furnish with its Bid all information and documentation as is
required by the Bidding Documents.
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting
7.1 A Bidder requiring any clarification of the Bidding Documents
shall contact the Employer in writing at the Employer’s address
specified in the BDS or raise its enquiries during the pre-bid
meeting if provided for in accordance with ITB 7.4. The
Employer will respond in writing to any request for clarification,
provided that such request is received no later than fourteen (14)
days prior to the deadline for submission of Bids. The Employer
shall forward copies of its response to all Bidders who have
acquired the Bidding Documents in accordance with ITB 6.3,
including a description of the inquiry but without identifying its
source. If so specified in the BDS, the Employer shall also
promptly publish its response at the web page identified in the
BDS. Should the clarification result in changes to the essential
elements of the Bidding Documents, the Employer shall amend
the Bidding Documents following the procedure under ITB 8
and ITB 22.2.
7.2 The Bidder is advised to visit and examine the Site of Works
and its surroundings and obtain for itself on its own
responsibility all information that may be necessary for
preparing the Bid and entering into a contract for construction of
the Works. The costs of visiting the Site shall be at the Bidder’s
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 12
own expense.
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and
lands for the purpose of such visit, but only upon the express
condition that the Bidder, its personnel, and agents will release
and indemnify the Employer and its personnel and agents from
and against all liability in respect thereof, and will be
responsible for death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses
incurred as a result of the inspection.
7.4 If so specified in the BDS, the Bidder’s designated
representative is invited to attend a pre-bid meeting. The
purpose of the meeting will be to clarify issues and to answer
questions on any matter that may be raised at that stage.
7.5 The bidder is requested to submit any questions in writing, to
reach the employer not later than one (1) week before the
meeting.
7.6 Minutes of the pre-bid meeting, if applicable, including the
text of the questions asked by Bidders, without identifying
the source, and the responses given, together with any
responses prepared after the meeting, will be transmitted
promptly to all Bidders who have acquired the Bidding
Documents in accordance with ITB 6.3. Any modification
to the Bidding Documents that may become necessary as a
result of the pre-bid meeting shall be made by the Employer
exclusively through the issue of an addendum pursuant to
ITB 8 and not through the minutes of the pre-bid meeting.
Nonattendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.
8. Amendment of Bidding Documents
8.1 At any time prior to the deadline for submission of Bids, the
Employer may amend the Bidding Documents by issuing
addenda.
8.2 Any addendum issued shall be part of the Bidding Documents
and shall be communicated in writing to all who have
obtained the Bidding Documents from the Employer in
accordance with ITB 6.3. If so specified in the BDS, the
Employer shall also promptly publish the addendum on the
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 13
Employer’s web page in accordance with ITB 7.1.
8.3 To give Bidders reasonable time in which to take an
addendum into account in preparing their Bids, the Employer
may extend the deadline for the submission of Bids, pursuant
to ITB 22.2.
C. Preparation of Bids 9. Cost of Bidding
9.1 The Bidder shall bear all costs associated with the Preparation and
submission of its Bid, and the Employer shall not be responsible or
liable for those costs, regardless of the conduct or outcome of the
bidding process.
10. Language of Bid
10.1 The Bid, as well as all correspondence and documents relating to the
Bid exchanged by the Bidder and the Employer, shall be written in
the language specified in the BDS. Supporting documents and
printed literature that are part of the Bid may be in another language
provided they are accompanied by an accurate translation of the
relevant passages in the language of Bid, in which case, for
purposes of interpretation of the Bid, such translation shall govern.
11. Documents Comprising the Bid
11.2 The Bid shall comprise two envelopes submitted simultaneously,
one called the Technical Bid containing the documents listed in
ITB 11.2 and the other the Price Bid containing the documents
listed in ITB 11.3, both envelopes enclosed together in an outer
single envelope.
11.3 The Technical Bid shall comprise the following:
(a) Letter of Technical Bid;
(b) Bid Security, in accordance with ITB 19;
(c) alternative bids, if permissible, in accordance with ITB
13;
(d) written confirmation authorizing the signatory of the Bid
to commit the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17
establishing the Bidder’s qualifications to perform the
contract if its Bid is accepted;
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 14
(f) Technical Proposal in accordance with ITB 16;
(g) Acknowledgement of Compliance with Guidelines for
Procurement under Japanese ODA Loans (Form ACK),
which shall be signed and dated by the Bidder’s
authorized representative.
(h) Any other document required in the BDS.
11.4 The Price Bid shall comprise the following:
(a) Letter of Price Bid;
(b) completed Price Schedules, in accordance with ITB 12
and 14;
(c) alternative price bids, at Bidder’s option and if
permissible, in accordance with ITB 13;
(d) Any other document required in the BDS.
11.5 In addition to the requirements under ITB 11.2, Bids
submitted by a JV shall include a copy of the Joint Venture
Agreement entered into by all members. Alternatively, a
letter of intent to execute a Joint Venture Agreement in the
event of a successful Bid shall be signed by all members and
submitted with the Bid, together with a copy of the proposed
Agreement.
12. Letters of Bid and Schedules
12.1 The Letters of Technical Bid and Price Bid and the Schedules,
including the Bill of Quantities, shall be prepared using the
relevant forms furnished in Section IV, Bidding Forms. The
forms must be completed without any alterations to the text,
and no substitutes shall be accepted except as provided under
ITB 20.2. All blank spaces shall be filled in with the
information requested.
13. Alternative Bids
13.2 Unless otherwise specified in the BDS, alternative Bids
shall not be considered.
13.3 When alternative times for completion are explicitly
invited, a statement to that effect will be included in the
BDS, as will the method of evaluating different times for
completion.
13.4 Except as provided under ITB 13.4 below, Bidders
wishing to offer technical alternatives to the requirements
of the Bidding Documents must first price the Employer’s
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 15
design as described in the Bidding Documents and shall
further provide all information necessary for a complete
evaluation of the alternative by the Employer, including
drawings, design calculations, technical specifications,
breakdown of prices, and proposed construction
methodology and other relevant details. Only the
technical alternatives, if any, of the lowest evaluated
Bidder conforming to the basic technical requirements
shall be considered by the Employer.
13.5 When specified in the BDS, Bidders are permitted to submit
alternative technical solutions for specified parts of the Works,
and such parts will be identified in the BDS, as will the
method for their evaluating, and described in Section VI,
Works Requirements.
14. Bid Prices and Discounts
14.1 The prices and discounts (including any price reduction) quoted by
the Bidder in the Letter of Price Bid and in the Bill of Quantities
shall conform to the requirements specified below.
14.2 The Bidder shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or
price is entered by the Bidder shall be deemed covered by the rates
for other items in the Bill of Quantities and will not be paid for
separately by the Employer. An item not listed in the priced Bill of
Quantities shall be assumed to be not included in the Bid, and
provided that the Bid is determined substantially responsive
notwithstanding this omission, the average price of the item quoted
by substantially responsive Bidders will be added to the Bid Price
and the equivalent total cost of the Bid so determined will be used
for price comparison.
14.3 The price to be quoted in the Letter of Price Bid, in accordance with
ITB 12.1, shall be the total price of the Bid, excluding any discounts
offered.
14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.
14.5 Unless otherwise specified in the BDS and the Contract, the
rates and prices quoted by the Bidder are subject to adjustment
during the performance of the Contract in accordance with the
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 16
provisions of the Conditions of Contract. In such a case, the
Bidder shall furnish the indices and weightings for the price
adjustment formulae in the Schedule of Adjustment Data and the
Employer may require the Bidder to justify its proposed indices
and weightings.
14.6 If so specified in BDS 1.1, Bids are being invited for individual
lots (contracts) or for any combination of lots (packages). Bidders
wishing to offer discounts for the award of more than one
Contract shall specify in their Letter of Price Bid the price
reductions applicable to each package, or alternatively, to
individual Contracts within the package. Discounts shall be
submitted in accordance with ITB 14.4, provided the Bids for all
lots (contracts) are opened at the same time.
14.7 Unless otherwise provided in the BDS, all duties, taxes, and
other levies payable by the Contractor under the Contract, or for
any other cause, as of the date twenty-eight (28) days prior to
the deadline for submission of Bids, shall be included in the rates
and prices and the total Bid Price submitted by the Bidder.
15. Currencies of Bid and Payment
15.1 The currency(ies) of the Bid shall be as specified in the BDS.
Payment of the contract price shall be made in the currency or
currencies in which the Bid Price is expressed in the Bid of the
successful Bidder.
15.2 Bidders may be required by the Employer to justify, to the
Employer’s satisfaction, their local and foreign currency
requirements, and to substantiate that the amounts included in the
unit rates and prices and shown in the Schedule of Adjustment
Data are reasonable, in which case a detailed breakdown of the
foreign currency requirements shall be provided by Bidders.
15.3 The foreign currency requirements generally include the
following:
(a) expatriate staff and labour employed directly on the Works;
(b) social, insurance, medical and other charges relating to such
expatriate staff and labour, and foreign travel - expenses;
(c) imported materials, both temporary and permanent, including
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 17
fuels, oil and lubricants required for the Works;
(d) depreciation and usage of imported Plant and Contractor’s
Equipment, including spare parts, required for the Works;
(e) foreign insurance and freight charges for imported materials,
Plant and Contractor’s Equipment, including spare parts; and
(f) overhead expenses, fees, profit, and financial charges arising
outside the Employer’s country in connection with the Works.
16. Documents Comprising the Technical Proposal
16.1 The Bidder shall furnish as part of the Technical Bid, a Technical
Proposal including a statement of work methods, equipment,
personnel, schedule, safety plan and any other information as
stipulated in Section IV, Bidding Forms, in sufficient detail to
demonstrate the adequacy of the Bidder’s proposal to meet the
work requirements and the completion time.
17. Documents Establishing the Qualifications of the Bidder
17.1 In accordance with Section III, Evaluation and Qualification
Criteria, if the prequalification process was conducted prior to
the bidding process, the Bidder shall provide in the
corresponding information sheets included in Section IV,
Bidding Forms, (i) updated information on any assessed
aspect that changed from that time to establish that the Bidder
continues to meet the criteria used at the time of
prequalification and (ii) the requested information on the
additional qualification criteria stated in Section III,
Evaluation and Qualification Criteria, or if the assessment of
qualification criteria was not conducted prior to the bidding
process, the Bidder shall provide the information requested in
the corresponding information sheets included in Section IV,
Bidding Forms.
17.2 Any changes in the structure of formation of a bidder after
being prequalified and invited to bid (including, in the case of
a JV, any change in the structure or formation of any member
thereto) shall be subject to the written approval of the
Employer prior to the deadline for submission of Bids. Such
approval shall be denied if (i) such change has not taken place
by the free choice of the firms involved; (ii) as a consequence
of the change, the Bidder no longer substantially meets the
qualification criteria set forth in the Prequalification
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 18
Documents; or (iii) in the opinion of the Employer, the change
may result in a substantial reduction in competition. Any such
change should be submitted to the Employer not later than
fourteen (14) days after the date of the Invitation for Bids.
18. Period of Validity of Bids
18.1 Bids shall remain valid for the period specified in the BDS after
the Bid submission deadline date prescribed by the Employer in
accordance with ITB 22.1. A Bid valid for a shorter period shall
be rejected by the Employer as non- responsive.
18.2 In exceptional circumstances, prior to the expiration of the Bid
validity period, the Employer may request Bidders to extend the
period of validity of their Bids. The request and the responses
shall be made in writing. The Bid Security shall also be extended
for twenty-eight (28) days beyond the deadline of the extended
validity period. A Bidder may refuse the request without
forfeiting its Bid Security. A Bidder granting the request shall not
be required or permitted to modify its Bid, except as provided in
ITB 18.3.
18.3 If the award is delayed by a period exceeding fifty-six (56) days
beyond the expiry of the initial Bid validity, the Contract price
shall be determined as follows:
(a) In the case of fixed price contracts, the Contract price shall
be the Bid Price adjusted by the factor specified in the BDS.
(b) In the case of adjustable price contracts, to determine the
Contract price, the fixed portion of the Bid Price shall be
adjusted by the factor specified in the BDS.
(c) In any case, Bid evaluation shall be based on the Bid Price
without taking into consideration the applicable correction
from those indicated above.
19. Bid Security
19.2 The Bidder shall furnish as part of its Technical Bid, a Bid
Security in the amount and currency specified in the BDS.
19.3 The Bid Security shall be a demand guarantee in any of the
following forms at the Bidder’s option:
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 19
(a) an unconditional guarantee issued by a bank or financial
institution (such as an insurance, bonding or surety company);
(b) an irrevocable letter of credit;
(c) a cashier’s or certified check; or
(d) another security specified in the BDS,
from a reputable source from an eligible source country. If the
unconditional guarantee is issued by a financial institution
located outside the Employer’s Country, the issuing financial
institution shall have a correspondent financial institution
located in the Employer’s Country to make it enforceable. In the
case of a bank guarantee, the Bid Security shall be submitted
either using the Bid Security Form included in Section IV,
Bidding Forms, or in another substantially similar format
approved by the Employer prior to Bid submission. In either
case, the form must include the complete name of the Bidder.
The Bid Security shall be valid for twenty-eight (28) days
beyond the original validity period of the Bid, or beyond any
period of extension if requested under ITB 18.2.
19.4 Any Bid not accompanied by a substantially responsive Bid
Security shall be rejected by the Employer as non- responsive.
19.5 The Bid Security of unsuccessful Bidders shall be returned as
promptly as possible upon the successful Bidder’s signing the
Contract and furnishing the Performance Security pursuant to
ITB 42.
19.6 The Bid Security of the successful Bidder shall be returned as
promptly as possible once the successful Bidder has signed
the Contract and furnished the required Performance Security.
19.7 The Bid Security may be forfeited:
(a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder on the Letters of
Technical Bid and Price Bid, or any extension thereto
provided by the Bidder; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 41; or
(ii) furnish a Performance Security in accordance with ITB
42.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 20
19.8 The Bid Security of a JV shall be in the name of the JV that
submits the Bid. If the JV has not been legally constituted into a
legally enforceable JV at the time of bidding, the Bid Security
shall be in the names of all future members as named in the letter
of intent referred to in ITB 4.1 and ITB 11.4.
20. Format and Signing of Bid
20.1 The Bidder shall prepare one original of the Technical Bid and
one original of the Price Bid comprising the Bid as described in
ITB 11 and clearly mark them “ORIGINAL – TECHNICAL BID”
and “ORIGINAL – PRICE BID”. Alternative Bids, if permitted
in accordance with ITB 13, shall be clearly marked
“ALTERNATIVE.” In addition, the Bidder shall submit copies of
the Technical and Price Bids, in the number specified in the BDS
and clearly mark each of them “COPY.” In the event of any
discrepancy between the original and the copies, the original shall
prevail.
20.2 The original and all copies of the Bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign
on behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the
Bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All
pages of the Bid where entries or amendments have been made shall
be signed or initialed by the person signing the Bid.
20.3 In case the Bidder is a JV, the Bid shall be signed by an
authorized representative of the JV on behalf of the JV, and so as
to be legally binding on all the members as evidenced by a power
of attorney signed by their legally authorized representatives.
20.4 Any inter-lineation, erasures, or overwriting shall be valid only if
they are signed or initialed by the person signing the Bid.
D. Submission and Opening of Bids
21. Sealing and Marking of Bids
21.1 The Bidder shall enclose the original of the Technical Bid, the
original of the Price Bid, each copy of the Technical Bid and
each copy of the Price Bid, including alternative bids, if
permitted in accordance with ITB 13, in separate sealed
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 21
envelopes, duly marking the envelopes as “ORIGINAL -
TECHNICAL BID”, “ORIGINAL – PRICE BID”, “COPY–
TECHNICAL BID”, “COPY – PRICE BID”, and
“ALTERNATIVE”, as appropriate. These envelopes
containing the original and the copies shall then be enclosed
in one single envelope.
21.2 The inner and outer envelopes shall:
a) bear the name and address of the Bidder;
b) be addressed to the Employer in accordance with
ITB 22.1; and
c) bear the specific identification of this bidding
process specified in BDS 1.1.
21.3 The outer envelopes and the inner envelopes containing the
Technical Bid shall bear a warning not to open before the
time and date for the opening of Technical Bid, in accordance
with ITB 25.1.
21.4 The inner envelopes containing the Price Bid shall bear a
warning not to open until advised by the Employer, in
accordance with ITB 25.7.
21.5 If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the misplacement
or premature opening of the Bid.
22. Deadline for Submission of Bids
22.1 Bids must be received by the Employer at the address and no
later than the date and time specified in the BDS.
22.2 The Employer may, at its discretion, extend the deadline for
the submission of Bids by amending the Bidding Documents
in accordance with ITB 8, in which case all rights and
obligations of the Employer and Bidders previously subject to
the deadline shall thereafter be subject to the deadline as
extended.
23. Late Bids
23.1 The Employer shall not consider any Bid that arrives after
the deadline for submission of Bids, in accordance with ITB
22. Any Bid received by the Employer after the deadline for
submission of Bids shall be declared late, rejected, and
returned unopened to the Bidder.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 22
24. Withdrawal, Substitution, and Modification of Bids
24.1 A Bidder may withdraw, substitute, or modify its Bid – Technical or
Price – after it has been submitted by sending a written notice, duly
signed by an authorized representative, and shall include a copy of the
authorization in accordance with ITB 20.2, (except that withdrawal
notices do not require copies). The corresponding substitution or
modification of the Bid must accompany the respective written
notice. All notices must be:
a) prepared and submitted in accordance with ITB 20
and ITB 21 (except that withdrawals notices do not
require copies), and in addition, the respective
envelopes shall be clearly marked “WITHDRAWAL,”
“SUBSTITUTION,” “MODIFICATION;” and
b) received by the Employer prior to the deadline
prescribed for submission of Bids, in accordance
with ITB 22.
24.2 Bids requested to be withdrawn in accordance with ITB 24.1
shall be returned unopened to the Bidders.
24.3 No Bid may be withdrawn, substituted, or modified in the
interval between the deadline for submission of Bids and the
expiration of the period of Bid validity specified by the Bidder on
the Letters of Technical Bid and Price Bid or any extension
thereof.
25. Bid Opening
25.2 Except in the cases specified in ITB 23 and ITB 24, the
Employer shall publicly open and read out in accordance with ITB
25.5 all Technical Bids received by the deadline, at the date, time
and place specified in the BDS, in the presence of Bidders’
designated representatives and anyone who choose to attend. The
Price Bids will remain unopened and will be held in custody of the
Employer until the specified time of their opening in accordance
with ITB 25.7.
25.3 First, envelopes marked “WITHDRAWAL” shall be opened and read
out and the envelope with the corresponding Bid shall not be
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 23
opened, but returned to the Bidder. No Bid withdrawal shall be
permitted unless the corresponding withdrawal notice contains a
valid authorization to request the withdrawal and is read out at the
opening of Technical Bids.
25.4 Second, outer envelopes marked “SUBSTITUTION” shall be opened.
The inner envelopes containing Substitution Technical Bid and/or
Substitution Price Bid shall be exchanged for the corresponding
envelopes being substituted, which are to be returned to the
Bidder unopened. Only the Substitution Technical Bid, if any,
shall be opened and read out. Substitution Price Bid will remain
unopened in accordance with ITB 25.1. No envelope substitution
shall be permitted unless the corresponding substitution notice
contains a valid authorization to request the substitution and is
read out at the opening of Technical Bids.
25.5 Next, outer envelopes marked “MODIFICATION” shall be opened.
No Technical Bid and/or Price Bid modification shall be
permitted unless the corresponding modification notice contains a
valid authorization to request the modification and is read out at
the opening of Technical Bids. Only the Technical Bids, both
Original as well as Modification, are to be opened and read out at
the opening of Technical Bids. Price Bids, both Original as well
as Modification, will remain unopened in accordance with ITB
25.1.
25.6 All other envelopes holding the Technical Bids shall be
opened one at a time, reading out:
(a) the name of the Bidder;
(b) whether there is a modification;
(c) the presence or absence of a Bid Security; and
(d) any other details as the Employer may consider
appropriate.
Only Technical Bids and alternative Technical Bids read out at
Bid opening shall be considered for evaluation. The Employer
shall neither discuss the merits of any Bid nor reject any Bid
(except for late Bids, in accordance with ITB 23.1).
25.7 The Employer shall prepare a record of the opening of
Technical Bids that shall include, as a minimum: the name of
the Bidder and whether there is a withdrawal, substitution, or
modification; alternative proposals and the presence or
absence of a Bid Security. The Bidders’ representatives who
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 24
are present shall be requested to sign the record. The omission
of a Bidder’s signature on the record shall not invalidate the
contents and effect of the record. A copy of the record shall
be distributed to all Bidders.
25.8 At the end of the evaluation of the Technical Bids, the
Employer will invite Bidders who have submitted
substantially responsive Technical Bids and who have been
determined as being qualified for award to attend the opening
of the Price Bids. The date, time, and location of the opening
of Price Bids will be advised in writing by the Employer. The
opening date should allow Bidders sufficient time to make
arrangements for attending the opening of Price Bids.
25.9 The Employer will notify Bidders in writing who have been
rejected on the grounds of their Technical Bids being
substantially non-responsive to the requirements of the
Bidding Document and return their Price Bids unopened.
25.10 The Employer shall conduct the opening of Price Bids of all
Bidders who submitted substantially responsive Technical
Bids, in the presence of Bidders’ representatives who choose
to attend at the address, date and time specified by the
Employer. The Bidder’s representatives who are present shall
be requested to sign a register evidencing their attendance.
25.11 All envelopes containing Price Bids shall be opened one at a
time, reading out:
(a) the name of the Bidder;
(b) whether there is a modification;
(c) the Bid Prices, including any discounts and alternative
Bids; and
(d) any other details as the Employer may consider
appropriate.
Only Price Bids discounts, and alternative Bids read out and
recorded during the opening of Price Bids shall be considered
for evaluation. No Bid shall be rejected at the opening of Price
Bids.
25.12 The Employer shall prepare a record of the opening of Price Bids
that shall include, as a minimum: the name of the Bidder, the Bid
Price (per lot if applicable), any discounts, and alternative Bids.
The Bidders’ representatives who are present shall be requested
to sign the record. The omission of a Bidder’s signature on the
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 25
record shall not invalidate the contents and effect of the record. A
copy of the record shall be distributed to all Bidders.
E. Evaluation and Comparison of Bids 26. Confidentiality
26.2 Information relating to the evaluation of Bids and
recommendation of contract award shall not be disclosed to Bidders
or any other persons not officially concerned with the bidding
process until information on Contract award is communicated to all
Bidders in accordance with ITB 40.
26.3 Any attempt by a Bidder to influence the Employer in the
evaluation of the Bids or Contract award decisions may result
in the rejection of its Bid.
26.4 Notwithstanding ITB 26.2, from the time of Bid opening to
the time of Contract award, if a Bidder wishes to contact the
Employer on any matter related to the bidding process, it shall
do so in writing.
27. Clarification of Bids
27.1 To assist in the examination, evaluation, and comparison of
the Technical and Price Bids, and qualification of the Bidders,
the Employer may, at its discretion, ask any Bidder for a
clarification of its Bid, giving a reasonable time for a
response. Any clarification submitted by a Bidder that is not
in response to a request by the Employer shall not be
considered. The Employer’s request for clarification and the
response shall be in writing. No change in the substance of
the Technical Bid or prices in the Price Bid, including any
voluntary increase or decrease in the prices, shall be sought,
offered, or permitted, except to confirm the correction of
arithmetic errors discovered by the Employer in the
evaluation of the Price Bids, in accordance with ITB 33.
27.2 If a Bidder does not provide clarifications of its Bid by the
date and time set in the Employer’s request for clarification,
its Bid may be rejected.
28 Deviations, Reservations, and Omissions
28.1 During the evaluation of Bids, the following definitions
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 26
apply:
(a) “Deviation” is a departure from the requirements
specified in the Bidding Documents;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the
requirements specified in the Bidding Documents;
and
(c) “Omission” is the failure to submit part or all of the
information or documentation required in the Bidding
Documents.
29 Preliminary Examination of Technical Bids
29.1 The Employer shall examine the Technical Bid to confirm
that all documents and technical documentation requested in
ITB 11.2 have been provided, and to determine the
completeness of each document submitted.
29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any
of these documents or information is missing, the Bid shall
be rejected.
(a) Letter of Technical Bid;
(b) written confirmation of authorization to commit the
Bidder;
(c) Bid Security; and
(d) Technical Proposal in accordance with ITB 16;
30 Qualification of the Bidder
30.1 The Employer shall determine to its satisfaction whether Bidders
meet the qualifying criteria specified in Section III, Evaluation
and Qualification Criteria, during the evaluation of Technical
Bids. However, if prequalification was carried out prior to the
bidding process, the Employer may carry out the assessment of
the qualification criteria specified in Section III, Evaluation and
Qualification Criteria, for the Bidder who submitted the lowest
evaluated and substantially responsive Bid only.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 27
30.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications submitted by
the Bidder, pursuant ITB 17.
30.3 An affirmative determination shall be a prerequisite for award of
the Contract to the Bidder. A negative determination shall result
in disqualification of the Bid, in which event if the assessment of
the Bidder’s qualification was conducted for the lowest evaluated
Bidder only, in accordance with ITB 30.1, the Employer shall
proceed to the next lowest evaluated Bid to make a similar
determination.
31. Determination of Responsiveness of Technical Bid
31.1 The Employer’s determination of a Technical Bid’s
responsiveness is to be based on the contents of the Bid itself, as
defined in ITB 11.2.
31.2 A substantially responsive Technical Bid is one that meets the
requirements of the Bidding Documents without material
deviation, reservation, or omission. A material deviation,
reservation, or omission is one that,
(a) if accepted, would
i. affect in any substantial way the scope, quality, or
performance of the Works specified in the
Contract; or
ii. limit in any substantial way, inconsistent with the
Bidding Documents, the Employer’s rights or the
Bidder’s obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive
position of other Bidders presenting substantially
responsive Bids.
31.3 The Employer shall examine the Technical Bid submitted in
accordance with ITB 16, Technical Proposal, in particular, to
confirm that all requirements of Section VI, Works
Requirements have been met without any material deviation,
reservation or omission.
31.4 If a Technical Bid is not substantially responsive to the
requirements of the Bidding Documents, it shall be rejected
by the Employer and may not subsequently be made
responsive by correction of the material deviation, reservation,
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 28
or omission.
32. Nonmaterial Nonconformities
32.1 Provided that a Bid is substantially responsive, the Employer
may waive any nonconformities in the Bid that do not
constitute a material deviation, reservation, or omission.
32.2 Provided that a Technical Bid is substantially responsive, the
Employer may request that the Bidder submit the necessary
information or documentation, within a reasonable period of
time, to rectify nonmaterial nonconformities in the Technical
Bid related to documentation requirements. Requesting
information or documentation on such nonconformities shall
not be related to any aspect of the Price Bid. Failure of the
Bidder to comply with the request may result in the rejection
of its Bid.
32.3 Provided that a Technical Bid is substantially responsive, the
Employer shall rectify quantifiable nonmaterial
nonconformities related to the Bid Price. To this effect, the
Bid Price shall be adjusted, for comparison purposes only, to
reflect the price of a missing or non-conforming item or
component. The adjustment shall be made using the method
specified in Section III, Evaluation and Qualification Criteria.
33. Correction of Arithmetical Errors
33.1 Provided that the bid is substantially responsive, the
Employer shall correct arithmetical errors on the following
basis:
(a) if there is a discrepancy between the unit price and the
total price that is obtained by multiplying the unit price
and quantity, the unit price shall prevail and the total
price shall be corrected, unless in the opinion of the
Employer there is an obvious misplacement of the
decimal point in the unit price, in which case the total
price as quoted shall govern and the unit price shall be
corrected;
(b) if there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals shall
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 29
prevail and the total shall be corrected; and
(c) if there is a discrepancy between words and figures,
the amount in words shall prevail, unless the amount
expressed in words is related to an arithmetic error, in
which case the amount in figures shall prevail subject
to (a) and (b) above.
33.2 Bidders shall be requested to accept correction of arithmetical
errors. Failure to accept the correction in accordance with ITB
33.1, shall result in the rejection of the Bid.
34. Conversion to Single Currency
34.1 For evaluation and comparison purposes, the currency(ies) of the
Bid shall be converted into a single currency as specified in the
BDS.
35. Subcontractors
35.2 Unless otherwise stated in the BDS, the Employer does not
intend to execute any specific elements of the Works by
subcontractors selected in advance by the Employer (nominated
subcontractors).
35.3 In case Prequalification was not conducted prior to the bidding
process, Bidders planning to subcontract any of the key activities
indicated in Section III, Evaluation and Qualification Criteria,
shall clearly identify the proposed specialist subcontractor(s) in
Forms ELI-2 and EXP-2(b) in Section IV, Bidding Forms. Such
proposed specialist subcontractors(s) shall meet the
corresponding qualification requirements specified in Section III,
Evaluation and Qualification Criteria.
35.4 In case Prequalification was conducted prior to the bidding
process, the Bidder’s Bid shall name the same specialist
subcontractor(s) whose experience in the key activities was
evaluated in the Prequalification, unless such change is explicitly
approved by the Employer in accordance with ITB 17.2.
36. Evaluation of Price Bids
36.1 The Employer shall use the criteria and methodologies listed
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 30
in this Clause. No other evaluation criteria or methodologies
shall be permitted.
36.2 To evaluate a Price Bid, the Employer shall consider the
following:
(a) the Bid Price, excluding Provisional Sums and the
provision, if any, for contingencies in the
Summary Bill of Quantities, but including
Daywork items, where priced competitively;
(b) price adjustment for correction of arithmetic errors
in accordance with ITB 33.1;
(c) price adjustment due to discounts offered in
accordance with ITB 14.4;
(d) converting the amount resulting from applying (a)
to (c) above, if relevant, to a single currency in
accordance with ITB 34;
(e) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 32.3;
(f) the additional evaluation factors specified in
Section III, Evaluation and Qualification Criteria;
36.3 The estimated effect of the price adjustment provisions of the
Conditions of Contract, applied over the period of execution
of the Contract, shall not be taken into account in Bid
evaluation.
36.4 If these Bidding Documents allow Bidders to quote separate
prices for different lots (contracts), the methodology to
determine the lowest evaluated price of the lot (contract)
combinations, including any discounts offered in the Letter of
Price Bid, is specified in Section III, Evaluation and
Qualification Criteria.
36.5 If the Bid, which results in the lowest Evaluated Bid Price, is
seriously unbalanced or front loaded in the opinion of the
Employer, the Employer may require the Bidder to produce
detailed price analyses for any or all items of the Bill of
Quantities, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 31
After evaluation of the price analyses, taking into
consideration the schedule of estimated Contract payments,
the Employer may require that the amount of the performance Security be increased at the expense of the Bidder to a level
sufficient to protect the Employer against financial loss in
the event of default of the successful Bidder under the
Contract.
37. Comparison of Bids
37.1 The Employer shall compare the evaluated prices of all
substantially responsive Bids established in accordance with
ITB 36.2 to determine the lowest evaluated Bid.
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids
38.1 The Employer reserves the right to accept or reject any
Bid, and to annul the bidding process and reject all Bids
at any time prior to contract award, without thereby
incurring any liability to Bidders. In case of annulment,
all Bids submitted and specifically, Bid securities, shall
be promptly returned to the Bidders.
F. Award of Contract
39. Award Criteria
39.1 Subject to ITB 38.1, the Employer shall award the Contract to the
Bidder whose offer has been determined to be the lowest evaluated
Bid and is substantially responsive to the Bidding Documents,
provided further that the Bidder is determined to be qualified to
perform the Contract satisfactorily.
40. Notification of Award
40.1 Prior to the expiration of the period of Bid validity, the Employer
shall notify the successful Bidder, in writing, that its Bid has been
accepted. The notification letter (hereinafter and in the
Conditions of Contract and Contract Forms called the “Letter of
Acceptance”) shall specify the sum that the Employer will pay
the Contractor in consideration of the execution and completion
of the Works (hereinafter and in the Conditions of Contract and
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 32
Contract Forms called “the Accepted Contract Amount”). At the
same time, the Employer shall also notify all other Bidders of the
results of the bidding.
40.2 After a contract has been determined to be eligible for financing
under Japanese ODA Loans, the following information may be
made public by JICA:
(a) name of each Bidder who submitted a Bid;
(b) Bid Prices as read out at Bid Opening;
(c) name and address of the successful Bidder;
(d) name and address of supplier; and
(e) award date and amount of the contract.
40.3 Until a formal contract is prepared and executed, the Letter of
Acceptance shall constitute a binding Contract.
40.4 After notification of award, unsuccessful Bidders may request
in writing to the Employer a debriefing seeking explanations
on the grounds on which their Bids were not selected. The
Employer shall promptly respond in writing to any
unsuccessful Bidder who, after notification of award in
accordance with ITB 40.1, requests a debriefing.
41. Signing of Contract
41.1 Promptly upon notification, the Employer shall send the successful
Bidder the Contract Agreement.
41.2 Within twenty-eight (28) days of receipt of the Contract Agreement,
the successful Bidder shall sign, date, and return it to the Employer.
42. Performance Security
42.1 Within twenty-eight (28) days of the receipt of the Letter of
Acceptance from the Employer, the successful Bidder shall
furnish the Performance Security in accordance with the
General Conditions of Contract, subject to ITB 36.5, using for
that purpose the Performance Security Form included in
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West Zone)
Section I.
Instruction to Bidders
Delhi Jal Board Tenderer
Page 33
Section IX, Annex to the Particular Conditions - Contract
Forms, or another form acceptable to the Employer. If the
Performance Security furnished by the successful Bidder is in
the form of a bond, it shall be issued by a bonding or insurance
company that has been determined by the successful Bidder to
be acceptable to the Employer. A foreign institution providing
a bond shall have a correspondent financial institution located
in the Employer’s Country.
Failure of the successful Bidder to submit the above-
mentioned Performance Security or sign the Contract shall
constitute sufficient grounds for the annulment of the award
and forfeiture of the Bid Security. In that event the Employer
may award the Contract to the next lowest evaluated Bidder
whose Bid is substantially responsive and is determined by the
Employer to be qualified to perform the Contract satisfactorily.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section II.
Bid Data Sheet
Delhi Jal Board Tenderer
Page 34
Section II : Bid Data Sheet (BDS)
A. General
ITB 1.1 The number of the Invitation for Bids is: 01 (2021-22)/ EE (EAP)-I
ITB 1.1 The Employer is: DELHI JAL BOARD
ITB 1.1 The name, identification and number of the lot(s) (contract(s) comprising this
ICB are:
Improvement of Water Supply System including Operation and
maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and
NRW Reduction in Chandrawal WTP Command Area, Package 2,
( West Zone )
, single contract.
ITB 2.1 The Borrower is: The President of India
ITB 2.1 The number of the Loan Agreement is: ID-P225
The amount of a Japanese ODA Loan is: JPY 28,975,000,000
The signed date of the Loan Agreement is: October 29, 2012
ITB 2.1 The name of the Project is: Delhi Water Supply Improvement Project in
Chandrawal Water Treatment Plant Command Area (ID-P225)
ITB 2.2 The applicable Guidelines for Procurement under Japanese ODA Loans are those
published in April 2012.
ITB 3.1(c) A list of debarred firms and individuals is available at the World Bank’s website:
www.worldbank.org/debarr
ITB 4.5 This bidding is not subject to prequalification.
ITB 4.7 Add new ITB 4.7 as;
“The Bidders shall not be in financial restructuring process under the Corporate
Debt Restructuring or similar mechanism during bid evaluation and execution of
contract.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section II.
Bid Data Sheet
Delhi Jal Board Tenderer
Page 35
B. Bidding Documents
ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Executive Engineer (EAP)-I ,
Delhi Jal Board: Govt of NCT of Delhi
Street Address: Varunalaya Phase:I, Karol Bagh,
Floor/Room number: 5th Floor / Room No.501
City: New Delhi
ZIP Code: 110005
Country: India
Telephone: 011-23554573
Facsimile number: 011 -23554573
Electronic mail address: [email protected]
ITB 7.1 Responses to any request for clarification, if any, will be published on the
Employer’s web page.www.delhijalboard.nic.in
ITB 7.4 A Pre-bid meeting will take place at the following date, time and place:
Time: 11.00 am 10/05/2021
Place: Varunalaya Phase II, Conf. Hall, Karol Bagh, New Delhi – 110005
A site visit conducted by the Employer will be organized.
ITB 8.2 Addendum, if any, will be published on the Employer’s web page.
C. Preparation of Bids
ITB 10.1 The language of the Bid is: English.
ITB 11.2 (h) The Bidder shall submit with its Technical Bid the following additional
documents:
(i) Form – 6: Format for Affidavit which shall be signed and dated by the
Bidder’s authorized representative.
(ii) The original Bidding Documents Volume I, II, & IV issued by
Employer, duly stamped and initialed by the authorized signatory.
ITB 11.3 (d) The Bidder shall submit with its Price Bid the following additional documents:
(i) The original Bidding Document Volume III Price Bid issued by
Employer, duly stamped and initialed by the authorized signatory
ITB 13.2 Alternative times for completion will not be permitted.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section II.
Bid Data Sheet
Delhi Jal Board Tenderer
Page 36
ITB 14.1 “the Bill of Quantities" is read as "the Bill of Quantities and the Price
Schedules”
ITB 14.2 Replace this sub-clauses ITB 14.2 with:
“The Bidder shall fill in rates and prices for all items of the Works described in
the Bill of Quantities and Price Schedules. Items against which no rate or price is
entered by the Bidder shall be deemed covered by the rates for other items in the
Bill of Quantities and Price Schedules and will not be paid for separately by the
Employer. An item not listed in the priced Bill of Quantities and Price Schedules
shall be assumed to be not included in the Bid, and provided that the Bid is
determined substantially responsive notwithstanding this omission, the average
price of the item quoted by substantially responsive Bidders will be added to the
Bid Price and the equivalent total cost of the Bid so determined will be used for
price comparison.
Bidders shall quote for the entire construction works including portion of
Design-Build and Operation and Maintenance (O&M) Services on a single
responsibility basis such that the total Bid Price covers all the Contractor’s
obligations mentioned in or to be reasonably inferred from the Bidding
Documents in respect of the design (Design-Build portion), construction,
manufacture, including procurement and subcontracting (if any), delivery and
installation for completion of the works, and Operation & Maintenance.
This includes all requirements under the Contractor’s responsibilities for testing,
pre-commissioning and commissioning of the entire system and, where so
required by the Bidding Documents, the Insurances, the acquisition of all
permits, approvals and licenses, and training services and such other items and
services as shall be specified in the Bidding Documents, all in accordance with
the requirements of the Conditions of Contract. Items against which no price is
entered by the Bidder will not be paid for by the Employer when executed and
shall be deemed to be covered by the prices for other items.
Bidder shall read careful and acknowledge the “Bill of Quantities” and “Notes
on Prices Schedules” stated in Section IV Bid Form at the quotation of Price
Proposal.”
ITB 15.1 The currency(ies) of the Bid shall be as described below:
The unit rates and prices shall be quoted by the Bidder in the Bills of Quantities
and the Price Schedules separately in the following currencies:
(i) for those inputs to the Works that the Bidder expects to supply from within
the Employer’s country, in Indian National Rupee (INR), the name of the
currency of the Employer’s country, and further referred to as “the local
currency”; and
(ii) for those inputs to the Works that the Bidder expects to supply from outside
the Employer’s country (referred to as “the foreign currency requirements”),
in Japanese Yen (JPY), United States Dollar and/or Euro (EUR).
ITB 18.1 The Bid validity period shall be 150 days.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section II.
Bid Data Sheet
Delhi Jal Board Tenderer
Page 37
ITB 18.3 (a) The Bid Price shall be adjusted by the following factor: Not Applicable.
ITB 19.1 The amount and currency of the Bid Security shall be INR 40,000,000.00
(Indian Rupees Forty Million only) in favour of “Delhi Jal Board”.
ITB 19.2(a) If the BG is issued by Indian bank, the same shall be a bank named in the
list of Scheduled Banks issued by Reserve Bank of India (RBI).
ITB 19.2 (d) Other types of acceptable securities: None
ITB 20.1 In addition to the original of the Bid, the number of copies is four.
ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
consist of: A written Power of Attorney authorizing the signatory of the bid to
commit for the bidder, signed by their legally authorized representatives.
ITB 20.3 Add following sentence at end of this sub-paragraph;
“Each page of bids should be consecutive page numbered and initialled by the
person signing the Bid."
D. Submission and Opening of Bids
ITB 22.1 For Bid submission purposes only, the Employer’s address is:
Attention: Executive Engineer (EAP) -I
Delhi Jal Board: Govt of NCT of Delhi,
Street Address: Varunalaya Phase: I, Karol Bagh,
Floor/Room number: Fifth Floor / Room No.501
City: New Delhi
ZIP Code: 110005
Country: India
The deadline for Bid (and Application) submission is:
Date: 23.06.2021
Time: 3:00 PM
.ITB 25.1 For Bid opening shall take place at:
Attention: Executive Engineer (EAP) -I
Delhi Jal Board: Govt of NCT of Delhi,
Street Address: Varunalaya Phase: I, Karol Bagh,
Floor/Room number: Fifth Floor / Room No.501
City: New Delhi
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section II.
Bid Data Sheet
Delhi Jal Board Tenderer
Page 38
ZIP Code: 110005
Country: India
Date: 23.06.2021
Time: 3:15 PM
ITB 25.8 Added sub-clause ITB 25.8
The Employer will notify the unsuccessful bidder in writing after
the award of the contract.
E. Evaluation, and Comparison of Bids
ITB 34.1 The currency that shall be used for Bid evaluation and comparison purposes to
convert all Bid Prices expressed in various currencies into a single currency is:
Indian National Rupee (INR) only. The source of exchange rate shall be: the
Reserve Bank of India (RBI).
The date for the exchange rate shall be: 28 days prior to the date of Bids
submission specified in ITB 22.1.
The Employer will convert the amounts in various currencies in which the Bid
Price, corrected pursuant to ITB 33, is payable (excluding Provisional Sums) to
the single currency identified above at the selling rates established for similar
transactions by the authority specified and on the date stipulated above.
ITB 35.2 Form ELI-2 read as Form ELI-1.2 and Form EXP-2(b) read as Form EXP-4.2(b)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section III.
Evaluation and Qualification
Criteria
Delhi Jal Board Tenderer
Page 39
Section III : Evaluation and Qualification Criteria (EQC)
1 Single-Stage: Two-Envelope Bidding Procedure
2 Evaluation of Technical Bids
2.1 Qualification
2.1.1 Conditions of Qualification Criteria
(i) Exchange Rate for Qualification Criteria
Wherever a Form in Section IV, Bidding Forms, requires a Bidder to state a monetary
amount, Bidders should indicate the USD equivalent using the rate of exchange determined
as follows:
(a) For construction turnover or financial data required for each year - Exchange rate
prevailing on the last day of the respective financial year.
(b) Value of single contract - Exchange rate prevailing on the date of the contract.
Exchange rates shall be taken from the publicly available source identified in BDS 34.1 or,
in case such rates are not available in the source identified above, any other publicly
available source acceptable to the Employer. Any error in determining the exchange rates
may be corrected by the Employer.
(ii) Specialist Subcontractor
The Specialist Sub-contractor for this Contract purpose is meant for an agency (a
contractor/ manufacturer/ supplier) who associates with the Bidder before submitting
the Bid by way of an agreement or firm commitment to perform any specified job
under this Tender as allowed for to be performed by the Specialist Sub-contractor. In
such a case, the past experience of the agency (Specialist Sub-contractor) would be
considered for evaluation of the Bids for that respective qualification criteria.
If the Bidder is planning to subcontract any of the key activities indicated in item 4.2 (b) Specific
Construction Experience in the key Activities of Sub-Clause 2.1.2 Qualification Criteria in this
section, he shall clearly identify the proposed specialist subcontractor(s) in accordance with ITB 35.2.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West)
Section III.
Evaluation and Qualification Criteria
Delhi Jal Board Tenderer
Page 40
2.1.2 Qualification Criteria:
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor Requirement Single Entity
Joint Venture
(existing or intended) Submission
Requirements All Parties
Combined Each Member One Member
1. Eligibility
1.1 Nationality Nationality in accordance with ITB Sub-
Clause 4.3
Must meet
requirement
N/A Must meet
requirement
N/A Forms ELI – 1.1
and 1.2, with
attachments
1.2 Conflict of
Interest
No conflicts of interest in ITB Sub-
Clauses 4.2
Must meet
requirement
N/A Must meet
requirement
N/A Letter of Technical
Bid
1.3 JICA Ineligibility Not having been declared ineligible by
JICA, as described in ITB Sub-Clause
4.4
Must meet
requirement
N/A
Must meet
requirement
N/A
Letter of Technical
Bid
Form ACK
2. Historical Contract Non-Performance
2.1 History of Non-
Performing
Contracts
Non-performance of a contract(i)
did not
occur as a result of contractor’s default
since 1st January 2020
Must meet
requirement(ii)
N/A Must meet
requirement(ii)
N/A Form CON – 2
2.2 Pending
Litigation
All pending litigation shall in total not
represent more than 50% of the Bidder’s
net worth and shall be treated as
resolved against the Bidder.
Must meet
requirement(ii)
N/A Must meet
requirement(ii)
N/A Form CON – 2
2.3 Litigation
History
No consistent history of court/arbitral
award decisions against the
Must meet
requirement(ii)
N/A Must meet
requirement(ii)
N/A Form CON – 2
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West)
Section III.
Evaluation and Qualification Criteria
Delhi Jal Board Tenderer
Page 41
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor Requirement Single Entity
Joint Venture
(existing or intended) Submission
Requirements All Parties
Combined Each Member One Member
Bidder(iii)
since 1st January2016
Notes for the Bidder
(i) Non-performance, as decided by the Employer, shall include all contracts
(a) where non-performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and
(b) that were so challenged but fully settled against the contractor.
Non-performance shall not include contracts where Employer’s decision was overruled by the dispute resolution mechanism. Non-performance must be based on all
information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the
respective contract and where all appeal instances available to the Bidder have been exhausted.
(ii) This requirement also applies to contracts executed by the Bidder as a JV member.
(iii) The Bidder shall provide accurate information on the related Bid Form about any litigation or arbitration resulting from contracts completed or ongoing under its
execution since Jan 1st, 2016. A consistent history of awards against the Bidder or any member of a joint venture may result in failure of the Bid.
3. Financial Situation
3.1 Financial
Performance
The audited balance sheets or, if not
required by the laws of the Bidder’s
country, other financial statements
acceptable to the Employer, for the last
five (5) financial years prior to Bid
submission deadline shall be submitted
and must demonstrate the current
soundness of the Bidder’s financial
position and indicate its long-term
profitability.
As the minimum requirement, a Bidder’s
Must meet
requirement
N/A Must meet
requirement
N/A Form FIN – 3.1
with attachments
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West)
Section III.
Evaluation and Qualification Criteria
Delhi Jal Board Tenderer
Page 42
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor Requirement Single Entity
Joint Venture
(existing or intended) Submission
Requirements All Parties
Combined Each Member One Member
net worth calculated as the difference
between total assets and total liabilities
should be positive.
3.2 Average Annual
Construction
Turnover
Minimum average annual construction
turnover of USD 36 Million calculated
as total certified payments received for
contracts in progress and/ or completed,
within the last 5 financial years, divided
by 5 years. The construction turnover
will include turnover achieved from
construction and operation &
maintenance activities.
Must meet
requirement
Must meet
requirement
Must meet 25%
of the
requirement
Must meet
40% of the
requirement
Form FIN – 3.2
3.3 Financial
Resources
(i) The Bidder shall demonstrate that it
has access to, or has available, liquid
assets, unencumbered real assets, lines
of credit, and other financial means
(independent of any contractual advance
payment) sufficient to meet the
construction cash flow requirements
estimated as USD 6.0 Million for the
subject contract(s) net of the Bidders
other commitments.
Must meet
requirement
Must meet
requirement
Must meet
25% of the
requirement
Must meet
40% of the
requirement
Form FIR – 1
(ii) The Bidder shall also demonstrate, to
the satisfaction of the Employer, that it
has adequate sources of finance to meet
the cash flow requirements on works
currently in progress and for future
Must meet
requirement
Must meet
requirement
N/A N/A Form FIR – 1 and
FIR – 2
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West)
Section III.
Evaluation and Qualification Criteria
Delhi Jal Board Tenderer
Page 43
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor Requirement Single Entity
Joint Venture
(existing or intended) Submission
Requirements All Parties
Combined Each Member One Member
contract commitments.
3.4 Financial
Restructuring
The bidder shall not be currently in the
process of financial restructuring under
Corporate Debt Restructuring or similar
mechanism.
Must meet
requirement
N/A Must meet
requirement
N/A Form-6 Format for
Affidavit
4. Experience
4.1 General
Construction
Experience
Experience for completed / ongoing
construction contracts in the role of
prime contractor (single entity or JV
member), or management contractor(i)
for at least 5 years starting 1st January
2016.
Must meet
requirement
N/A Must meet
requirement
N/A Form EXP – 4.1
with EXP-5 (vii)
4.2
(a)
Specific
Construction
Experience
The following experience of similar(ii)
contracts that have been satisfactorily
and substantially(iii) completed as a
prime contractor (single entity or JV
member) (iv) between 1st January 2011
and Bid submission deadline.
Pipe Works:
The contract(s) including supply,
construction, installation, testing and
commissioning of a new/rehabilitation
Must meet
requirement
Must meet
requirement(v)
N/A N/A Form EXP – 4.2
(a) with EXP-5(vii)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West)
Section III.
Evaluation and Qualification Criteria
Delhi Jal Board Tenderer
Page 44
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor Requirement Single Entity
Joint Venture
(existing or intended) Submission
Requirements All Parties
Combined Each Member One Member
of Water Supply Pipeline Systems in at
least;
a) one contract of not less than the
length of 190 km with CI/MS/DI
pipes, out of which 50 km shall be
of diameter 300 mm and above, or
b) two contracts each of not less than
the length of 135 km with
CI/MS/DI pipes, out of which each
of 35 km shall be of diameter 300
mm and above, or
c) three contracts each of not less than
the length of 95 km with CI/MS/DI
pipes, out of which each of 25 km
shall be of diameter 300 mm and
above.
4.2
(b)
Specific
Construction
Experience in the
key Activities:
For the above or other contracts
completed and under implementation as
prime contractor (single entity or JV
member)(iv) or management contractor or
subcontractor between 1st January
2011 and Bid submission deadline, a
minimum construction experience in the
following key activities successfully
completed.
- - - - -
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West)
Section III.
Evaluation and Qualification Criteria
Delhi Jal Board Tenderer
Page 45
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor Requirement Single Entity
Joint Venture
(existing or intended) Submission
Requirements All Parties
Combined Each Member One Member
(i) Rehabilitation
of Existing
Pipe
Networks including Service Connection:
Rehabilitation of existing distribution
networks by targeting the reduction of
NRW/UFW as per the DMA or zoning
concepts. The overall number of service
connections shall be a minimum of
30,000 or serving 150,000 population in
single Contract.
Must meet
requirement
(can be a
specialist
subcontractor(vi))
Must meet
requirement (v)
(can be a
specialist
subcontractor(vi))
N/A N/A Form EXP – 4.2
(b) with EXP-5(vii)
(ii) Under
Ground
Reservoir
(UGR/GR)
Construction, Testing & commissioning
of water retaining structures with a
cumulative capacity of 25 ML in not
more than 2 contracts
Must meet
requirement
(can be a
specialist
subcontractor(vi))
Must meet
requirement (v)
(can be a
specialist
subcontractor(vi))
N/A N/A Form EXP – 4.2
(b) with EXP-5(vii)
(iii) Pumping
System
Design, Supply, Installation, Testing &
Commissioning of pumping systems
with a cumulative capacity of 1500 KW
water supply systems
Must meet
requirement
(can be a
specialist
subcontractor(vi))
Must meet
requirement (v)
(can be a
specialist
subcontractor(vi))
N/A N/A Form EXP – 4.2
(b) with EXP-5(vii)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West)
Section III.
Evaluation and Qualification Criteria
Delhi Jal Board Tenderer
Page 46
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor Requirement Single Entity
Joint Venture
(existing or intended) Submission
Requirements All Parties
Combined Each Member One Member
(iv) SCADA
Design, supply, installation, testing &
commissioning of SCADA for Water
Supply System; at least one contract
should include transmission and
distribution with managing more than
one UGR / SR serving a minimum
30,000 number of service connections or
150,000 population.
Must meet
requirement
(can be a
specialist
subcontractor(vi))
Must meet
requirement (v)
(can be a
specialist
subcontractor(vi))
N/A N/A Form EXP – 4.2
(b) with EXP-5(vii)
(v) O&M
O&M of Water Supply System with at
least one contract including O&M of
DMA/Zone based water distribution
system in a project area serving a
minimum of 30,000 house service
connections or 150,000 population for a
minimum period of 1 year including
DNP. Bidder should have experience in
NRW/UFW reduction, customer meter
reading in same or different projects.
Must meet
requirement
(can be a
specialist
subcontractor(vi))
Must meet
requirement (v)
(can be a
specialist
subcontractor(vi))
N/A N/A Form EXP – 4.2
(b) with EXP-5(vii)
Notes for the Bidder
(i) A management contractor is a firm which takes on the role of contract management as a “general” contractor could do. It does not normally perform directly the
construction work(s) associated with the contract. Rather, it manages the work of other (sub) contractors while bearing full responsibility and risk for price, quality,
and timely performance of the work contract.
(ii) The similarity shall be based on the physical size, complexity, methods/technology and/or other characteristics described in Section VI, Scope of Works. Summation
of number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be accepted.
(iii) Substantially completed contract shall be considered which shall be based on 80% or more of the works completed under the contract.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package - 2 (West)
Section III.
Evaluation and Qualification Criteria
Delhi Jal Board Tenderer
Page 47
Eligibility and Qualification Criteria Compliance Requirements Documentation
No. Factor Requirement Single Entity
Joint Venture
(existing or intended) Submission
Requirements All Parties
Combined Each Member One Member
(iv) For contracts under which the bidder participated as a JV member, only the Bidder’s share, by value of contract, physical size, complexity, methods/technology
and/or other characteristics, shall be considered to meet this requirement.
(v) In case of a JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum value of a single
contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract as required for single entity. In
determining whether the JV meets the requirement of total number of contracts, only the number of contracts completed by all members, each of value equal or more
than the minimum value required, shall be aggregated.
(vi) For contracts under which the bidder participated as a JV member or subcontractor shall be considered to meet this requirement. The proposed Specialist
Subcontractor’s experience in similar capacity elsewhere will be considered.
(vii) The Bidder shall furnish the certificate for the component certified by employer (end user), details shows in the certificate to be specified required information (as
per form EXP-5 in Section IV Bid Forms). If no evidence is furnished in the Bid, the Employer shall not be considered.
In case of any foreign experience being claimed by the Bidder, the Bidder shall submit copies of such Experience Certificates issued by the client (authorized
signatory of the client) with self-certification by declaration on affidavit.
In case the Experience Certificate issued by the authorized signatory of Client is in a language other than English, the Bidder shall also submit the translation of such
Experience Certificate from other languages to English with self-certification. The Bidder shall also submit the Email ID and Telephone Nos. of the concerned
client.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 48
2.2 Technical Proposal
2.2.1 Assessment of adequacy of Technical Proposal with Requirements
Evaluation of the Bidder’s Technical Proposal will include an assessment of the Bidder’s
technical capacity to mobilize key equipment and personnel for the contract consistent with
its proposal regarding work methods, scheduling, material sourcing and proposed technology
in sufficient detail and fully in accordance with the requirements stipulated in Section VI
Works Requirements.
In order to reach such a determination, the Employer will examine the information supplied
by the Bidders and other requirements in the bidding documents, taking into account the
following factors:
Each Technical Proposal will be given a Responsive/ Non-Responsive, criteria for the
evaluations of all forms required in the Technical Proposal in Section IV, Bid Forms. A
Proposal may be considered “Non-Responsive” at this stage if it does not respond to all
aspects of the technical requirements of the Bid documents, particularly the Section VI Works
Requirements, or if it fails any items specified in ITB 11.2 including each of the Forms of
Technical Proposal in Section IV. Nonconformity to technical requirement, which are
justifiable grounds for rejection of a Bid are as follows;
(a) Failure to comply with complete requirement in this section (item 2.2.2, 2.2.3 and
2.2.4 below);
(b) Inadequate contents in the Forms (e.g., failure to bid for the required scope of work,
failure to quote for major items, failure to meet major technical requirements and
presentation of absolutely unrealistic and inadequate implementation Plans and
schedules regarding performance); and
(c) Failure to provide evidence (s) including certificate (s) if required in the Form, will be
determined as “Non-Responsive” for the Form.
Technical particulars
Bidder shall state the Schedule of Technical Particulars, like Mechanical Works, Electrical
Works, Instrumentation Works, etc. in the formats indicated in ‘Section IV : Bidding Forms’
of the proposed facilities in respect to the Works Requirements. Plant and equipment offered
shall have a minimum (or maximum, as the case may be) level of functional guarantees
specified in the Works requirements to be considered responsive. Bids offering plant and
equipment with functional guarantees less (or more) than the minimum (or maximum)
specified will be rejected.
2.2.2 Time Schedule
Time to complete the Plant and Installation Services from the effective date specified in
Section II Bid Data sheet, and the plant and equipment covered by this bidding are required to
be shipped, installed and the facilities completed within the period specified in Section VI
Works requirements. Bidders submitting bids deviate from specified time schedule will be
rejected.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 49
2.2.3 Personnel
The Bidder must demonstrate that it has the personnel for the key positions that meet the
following requirements:
No. Position Qualification
Total Work
Experience
(years)*
Experience in
Similar
Works(years)*
1 Project Manager
Graduate in
Civil/Electrical/Mechanical
Engineering with experience in
Project
Management
15 10
2
SCADA Engineer
for Transmission
and Distribution
Infrastructure
Graduate in Electronics
Engineering/ Information
Technology/ Control
Engineering/ Computer
Science or equivalent.
10
5
detail
requirement in
Note 2 below
3 Quality Control
Engineer
Graduate in Civil
Engineering 10 5
4 Health & Safety
(Accident
Prevention) Officer
Graduate in Engineering 5 3
5 Trenchless
Technology
Engineer
Graduate in Engineering 10 5
6 O&M Manager Graduate in Electrical
/Mechanical Engineering. 15 10
* Years are estimated as on Bid submission date.
Note:
1) The above staff should all be full time employees of the bidder’s firm or proposed
specialist subcontractor. The firms should submit the evidence of employee’s
employment as regular staff.
2) SCADA Engineer should have experience at least 5 years design to enable 24x7
equitable and continuous distribution of potable Water Supply Systems with integrated
SCADA systems covering Transmission and Distribution infrastructure system.
3) O&M Manager should have Minimum 15 years of experience in 24x7 equitable and
continuous Potable Water Supply Systems with the following specific experience.
5 years in O&M of water supply systems with integrated SCADA systems covering
Transmission and Distribution infrastructure, including Demand forecasting &
planning and Distribution works.
He/she should have experience to perform supervise the following
functions/activities with constant level of data from each zones, (DMAs).
To prepare general guidelines on optimization of flow and pressure in each of the
Zones/DMAs from equitable distribution point of view and monitor the
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 50
compliance on the same by the respective distribution SCADA operators.
To modify water supply control and management plan responding to the change of
WTP capacity, and
To instruct the total operation for all UGRs and BPSs under unexpected situations
such as accidents, water quality trouble or water shortage.
To operate and analyse the Applications software such as Energy Management,
Water Loss Management System etc.
The Bidder shall provide details of the proposed personnel and their experience records in
Form PER-1 and Form PER-2 in Section IV, Bidding Forms.
2.2.4 Equipment
The Bidder must demonstrate that it has the key equipment listed hereafter:
The Bidder shall provide further details of proposed items of equipment using Form EQU in
Section IV, Bidding Forms. Bidder shall provide written assurance by equipment supplier that
each piece of equipment will arrive on time at site.
3 Evaluation of Price Bids
3.1 In addition to the criteria in ITB 36.2 (a)–(d) the following
criteria shall apply:
The evaluated cost of quantifiable nonconformities is determined as follows: Pursuant to ITB
32.3, the cost of all quantifiable nonmaterial nonconformities or omissions shall be evaluated.
The Employer will make its own assessment of the cost of any nonmaterial nonconformities
and omissions for the purpose of ensuring fair comparison of Bids, except for the omissions
stated in ITB 14.2 which shall be treated in accordance with said clause.
No. Equipment Type and Characteristics Minimum Number
required
1 Excavator (Medium rock) 1
2 Dewatering pumping system 5
3 Detector (underground) 4
4 Shovel / Loader 3
5 Pneumatic soil Consolidator 3
6 Crane (10 tonne capacity) 1
7 Concrete mixer machine (Electrical / Diesel) 2
8 Dump trucks / Tipper 4
9 Transmission pipe Fabrication (MS pipe rolling
machine) 1
10 Tower Crane 1
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 51
3.2 Other Factors
The following factors and methods will apply under ITB 36.2 (f):
(a) Operation and Maintenance Costs
Since the operation and maintenance costs of the facilities being procured form a major part of
the life cycle cost of the facilities, these costs will be evaluated according to the principles
given hereafter, including the cost of spare parts for the initial period of operation stated below
and based on prices furnished by each Bidder in Price Schedule, as well as on past experience
of the Employer or other employers similarly placed. Such costs shall be added to the Bid
Price for evaluation.
The operation and maintenance costs factors for calculation of the life cycle cost are:
(i) Lowest Life Cycle (LLC) Period: 12.67 years, consisting of 2.67 years O&M of
existing system and as build, and 10 years Full O&M period (existing and new)
Discounting factor for calculating present value of all future annual costs will be
10%. The formula shall be as follows.
PV = QP [1÷(1+ i)^n]
Wherein
PV= Discounted Present Value
QP= Quartered price (Annual Future Value)
i = Discount rate i.e. 10%
n= No. of years for calculating the Present Value starting from first year of
construction as 1.
(ii) Operation and Maintenance (O&M) costs including all spare parts, the Bidder’s O&M
cost furnished for the period of 12.67 years, 2.67 years construction (consisting of
O&M of existing system and as build) and 10 years Full O&M period (the entire
system of existing and new)
(iii) Energy Cost: The estimated total cost of the electricity required by the facilities during
O&M period.
The power consumed by the equipment supplied as a part of the facilities, based on
calculations of the operating efficiencies and power consumption of all electrically-
operated Plant and equipment at their rated outputs as per calculation sheet available in
document.
The evaluation will use the current rates (INR7.2 per KVA) which are being charged by
the Power Company
Note:
The Operation & Maintenance works as defined in this Bid Documents during the Preparatory
Period will continue to be carried out by the Employer but this Task will shift to the Contractor
right after the end of the Preparatory Period. The Bidder should consider on the following
stages of the O&M as per the Section VI Works requirements;
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 52
Stage 1: O&M during the Preparatory Period from the commencement date:- 4 months. This
will be done by the Employer
Stage 2: O&M after preparatory period till end of Construction Period:- 2 years 8 months. The
works in this period would include;
O&M of existing system
O&M of newly constructed facilities. As per work and completion plan.
Stage 3: O&M of all new and old facilities under this Package 2 area :- 10 years from the
Taking-Over Certificate of entire Package 2 completed.
(b) Functional Guarantees of the Plant and Installation Services
Bidder shall state the functional guarantees in a format indicated in Section IV Bidding Forms
(e.g. performance, efficiency, consumption) of the proposed facilities in respect to the Works
Requirements. Plant and equipment offered shall have a minimum (or maximum, as the case
may be) level of functional guarantees specified in the Works requirements to be considered
responsive. Bids offering plant and equipment with functional guarantees less (or more) than
the minimum (or maximum) specified will be rejected.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 53
Section IV : Bidding Forms–Technical Bid (BFTB)
Note: The Bidding Forms – Price Bid (Letter of Price Bid, Schedule of Price Adjustment Data and
Price Proposal), are in the Volume III of Bidding Documents
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 54
Letter of Technical Bid Date: [insert date of Bid submission]
Loan Agreement No.: ID-P225
IFB No.: NIT NO. 01 (2021-22)/ EE(EAP)-I
To: Delhi Jal Board, Govt of NCT of Delhi
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including addenda
issued in accordance with Instructions to Bidders (ITB 8). [Insert the number and issuing date of
each addendum];
(b) We, including subcontractors meet the eligibility requirements in accordance with ITB 4 and ITB
5;
(c) We, including subcontractors have no conflict of interest in accordance with ITB 4;
(d) We offer to execute in conformity with the Bidding Documents the following Works:
Improvement of Water Supply System including Operation and maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package 2, ( West Zone )
(e) Our Bid shall be valid for a period of [specify the number of calendar days] days from the date
fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall
remain binding upon us and may be accepted at any time before the expiration of that period;
(f) We are not participating, as a Bidder or as a subcontractor, in more than one Bid in this bidding
process in accordance with ITB 4.2(c), other than alternative Bids submitted in accordance with
ITB 13; and
(g) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf
will engage in any type of fraud and corruption.
Name of the Bidder*[insert complete name of person signing the Bid]
Name of the person duly authorized to sign the Bid on behalf of the Bidder**[insert complete name of
person duly authorized to sign the Bid]
Title of the person signing the Bid[insert complete title of the person signing the Bid]
Signature of the person named above[insert signature of person whose name and capacity are shown
above]
Date signed [insert date of signing] day of[insert month], [insert year]
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with
the Bid.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 55
Qualification Forms
To establish its qualifications to perform the contract in accordance with Section III,
Evaluation and Qualification Criteria, the Bidder shall provide the information requested in
the corresponding Forms included hereunder:
Table of Qualification Forms:
Form ELI -1.1: Bidder Information Form
Form ELI -1.2: Bidder’s Party Information Form
Form ELI -2: Joint Venture Agreement / Letter of Intent
Form CON – 2: Historical Contract Non-Performance
Form FIN - 3.1: Financial Situation
Form FIN - 3.2: Average Annual Construction Turnover
Form FIR -1: Financial Resources
Form FIR -2: Current Contract Commitments
Form EXP - 4.1: General Construction Experience
Form EXP - 4.2(a): Specific Construction Experience
Form EXP - 4.2(b): Specific Construction Experience in Key Activities
Form EXP – 5: Format for Experience Certificates
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 56
Form ELI -1.1: Bidder Information Form
Date: [insert day, month, year]
IFB No.: [insert number````````````````````````]
Page[insert page number]of [insert total number]pages
Bidder’s legal name
[insert full name]
In case of a JV, legal name of the representative member and each member:
[insert full name of each member in the JV and specify the representative member.]
Bidder's actual or intended country of registration:
[insert country of registration]
Bidder’s actual or intended year of incorporation:
[insert year of incorporation]
Bidder’s legal address in country of registration:
[insert street/ number/ town or city/ country]
Bidder’s authorized representative information
Name: [insert full name]
Address: [insert street/ number/ town or city/ country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
E-mail address: [insert E-mail address]
1. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.3.
In case of a JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1
In case of a Specialist Subcontractor, subcontractor’s Authorization.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 57
Form ELI -1.2: Bidder’s Party Information Form
[The following form is additional to Form ELI – 1.1., and shall be completed to provide information
relating to each JV member (in case the Bidder is a JV) as well as any specialist subcontractor
proposed to be used by the Bidder for any part of the Contract resulting from this process]
Date: [insert day, month, year]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
Bidder’s legal name:
[insert full name]
Bidder’s Party legal name:
[insert full name of Bidder’s party]
Bidder’s Party country of registration:
[insert country of registration]
Bidder’s Party year of incorporation:
[insert year of incorporation]
Bidder’s Party legal address in country of registration:
[insert street/ number/ town or city/ country]
Bidder’s Party authorized representative information
Name: [insert full name]
Address: [insert street/ number/ town or city/ country]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
E-mail address: [insert E-mail address]
1. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or
registration documents of the legal entity named above, in accordance with ITB 4.3.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 58
Form ELI -2: Sample Joint Venture Agreement / Letter of Intent
To:
[name and address of the Employer]
The undersigned of this declaration of cooperation are by means of attached Powers of Attorney legally
authorized to act with regard to __________________________________[name of the Project] and on behalf
of their organizations.
They hereby declare:
1. that they will legalize [insert either “a Joint Venture Agreement” or “the intent to enter into Joint
Venture Agreement”] form in case that a Contract for the _____________[name of the Project] is
awarded to their group;
2. that they have nominated ___________________ [name of the lead partner] as the Sponsor Firm of the
group for the purpose of this Bid;
3. that they authorized Mr./Ms. _____________ [name of the person who is authorized to act as the
Representative on behalf of the Joint Venture] to act as the Bidder's Representative in the name and on
behalf of their group.
4. that all partners of the Joint Venture shall be liable jointly and severally for the execution of the Contract;
5. that this Joint Venture is an association constituted for the purpose of the execution of the ___________
[name of the Project] under this Contract;
6. that if the Employer accepts the Bid of this Joint Venture, it shall not be modified in its composition or
constitution until the completion of Contract without the prior consent of the Employer;
7. that each partner's share of the Work, stated as percentage of the total contract amount, shall be as
follows:
Name of Partner Share of the Scope of Work
(as percentage of the contract and Scope of Work)
1. Lead Partner
2. Partner
3. Partner
4. Partner
Total
100
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 59
Give names and positions of the proposed Joint Venture Representatives, as well as organization's names and
addresses:
1. Name:
Signature:
Position:
Date:
Representative of: (Organization's Name)
2. Name:
Signature:
Position:
Date:
Representative of: (Organization's Name)
3. Name:
Signature:
Position:
Date:
Representative of: (Organization's Name)
4. Name:
Signature:
Position:
Date:
Representative of: (Organization's Name)
5. Name:
Signature:
Position:
Date:
Representative of: (Organization's Name)
[An authorized representative of each member of the JV shall sign, in which case the power of attorney to sign
on behalf of each members shall be attached.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 60
Form CON – 2: Historical Contract Non-Performance
[The following table shall be filled in for the Bidder and for each member of a JV]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
1. History of Non-Performing Contracts
Non-Performing Contracts
Contract non-performance did not occur during the stipulated period in accordance with Section III,
Qualification Criteria and Requirements, EQC 2.1.2 Sub-Factor 2.1.
Contract(s) not performed during the stipulated period in accordance with Section III, Qualification
Criteria and Requirements, EQC 2.1.2 Sub-Factor 2.1 as indicated below.
Year Non performed
portion of
contract
Contract Identification
Total Contract
Amount (current
value, currency,
exchange rate and
USD equivalent)
[insert
year]
[insert amount
and percentage]
Contract Identification: [indicate complete contract name,
number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main reason(s)]
[insert amount]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 61
2. Pending Litigation
Pending Litigation
No pending litigation in accordance with Section III, Qualification Criteria and Requirements,
EQC 2.1.2 Sub-Factor 2.2.
Pending litigation in accordance with Section III, Qualification Criteria and Requirements, EQC
2.1.2 Sub-Factor 2.2 as indicated below.
Year of
dispute
Amount in
dispute
Outcome as
Percentage of
Net Worth
Contract Identification Total Contract
Amount (current
value, currency,
exchange rate
and USD
equivalent)
[insert
year]
[insert
amount]
[insert
percentage]
Contract Identification: [indicate complete
contract name, number, and any other
identification]
Name of Employer: [insert full name]
Address of Employer: [insert
street/city/country]
Matter in dispute: [indicate main issues in
dispute]
Status of dispute: [Indicate if it is being
treated by the Adjudicator, under
Arbitration or being dealt with by the
Judiciary]
[insert amount]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 62
3. Litigation History
Litigation History
No court/arbitral award decisions against the Bidder during the stipulated period in accordance with Section
III, Qualification Criteria and Requirements, EQC 2.1.2 Sub-Factor 2.3.
Court/ arbitral award decisions against the during the stipulated period in accordance with Section III,
Qualification Criteria and Requirements, EQC 2.1.2 Sub-Factor 2.3 as indicated below.
Year of
award
Contract Identification Total Contract
Amount (current
value, currency,
exchange rate and
USD equivalent)
[insert year] Contract Identification: [indicate complete contract name,
number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Matter in dispute: [indicate main issues in dispute]
Party who initiated the dispute: [indicate “Employer” or
“Contractor”]
Status of dispute: [indicate if it is being treated by the
Adjudicator, under Arbitration or being dealt with by the
Judiciary]
[insert amount]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 63
Form FIN - 3.1: Financial Situation
[The following table shall be filled in for the Bidder and for each member of a JV]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
1. Financial data
Type of Financial information in
(currency)
Historic Information for Previous 5 years
(should be filled out by amount & currency and USD equivalent)
Year 1 Year 2 Year 3 Year 4 Year 5
Exchange Rate*
(Rate & Currency per USD1.00)
Statement of Financial Position (Information from Balance Sheet)
Total Assets (TA)
Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA)
Current Liabilities (CL)
Information from Income Statement
Total Revenue (TR)
Profits Before Taxes (PBT)
Profits After Taxes (PAT)
(This format should be certified by the Statutory Auditor or the Chartered Accountant of Bidder /
Bidder’s Party)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 64
2. Financial documents
The Bidder and its members shall provide copies of financial statements for 5 years pursuant to Section
III, Qualifications Criteria and Requirements, EQC 2.1.2 Sub-Factor 3.1. The financial statements shall:
(a) reflect the financial situation of the Bidder or in case of a JV, of each member, and not of
an affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
Attached are copies of financial statements** for the 5 years required above, and complying with the
requirements.
** If the most recent set of financial statements is for a period earlier than 12 months from the date of Bid,
the reason for this should be justified.
In case of a Bidder that is a parent company/corporation having capital ties with its sister companies,
the submission of its consolidated balance sheets should be required.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 65
Form FIN - 3.2: Average Annual Construction Turnover
[The following table shall be filled in for the Bidder and for each member of a JV]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder's Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
Annual Turnover Data (Construction and O&M )
Year Amount and Currency Exchange Rate* USD Equivalent
[indicate
year]
[insert amount and indicate
currency]
[insert applicable
exchange rate]
[insert amount in USD
equivalent]
Average Annual Construction and O&M Turnover**
(This format should be certified by the Statutory Auditor or the Chartered Accountant of Bidder /
Bidder’s Party)
** Total USD equivalent for all years divided by the total number of years. See Section III, Qualification
Criteria and Requirements, EQC 2.1.2 Sub-Factor 3.2.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 66
Form FIR -1: Financial Resources
[The following table shall be filled in for the Bidder and for each member of a JV]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No.[insert number]
Page [insert page number] of [insert total number] page
[Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit,
and other financial means, net of current commitments, available to meet the total construction cash flow
demands of the subject contract or contracts as specified in Section III, Qualification Criteria and
Requirements, EQC 2.1.2 Sub-Factor 3.3.]
Financial Resources
No. Source of financing Amount and
Currency
Amount (USD
equivalent)
1
2
3
(This format should be certified by the Statutory Auditor or the Chartered Accountant of Bidder /
Bidder’s Party)
Attached are copies of Financial Resources required above, and complying with the requirements.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 67
Form FIR -2: Current Contract Commitments
[The following table shall be filled in for the Bidder and for each member of a JV]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No.[insert number]
Page [insert page number] of [insert total number] page
[Bidders and each member to a JV should provide information on their current commitments on all contracts that
have been awarded, or for which a letter of intent or acceptance has been received, or for contracts approaching
completion, but for which an unqualified, full completion certificate has yet to be issued, in accordance with Section
III, Qualification Criteria and Requirements, EQC 2.1.2 Sub-Factor 3.3.]
(This format should be certified by the Statutory Auditor or the Chartered Accountant of Bidder /
Bidder’s Party)
Current Contract Commitments
No. Name of Contract Employer’s Contact
Address, Tel, Fax
Value of
Outstanding
Work[Current
USD Equivalent]
Estimated
Completion
Date
Average Monthly
Invoicing Over Last
Six Months
[USD/month)]
1
2
3
4
5
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 68
Form EXP - 4.1: General Construction Experience
[The following table shall be filled in for the Bidder and for each member of a JV]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Identify contracts that demonstrate continuous construction work over the past 5 years pursuant to
Section III, Qualification Criteria and Requirements, EQC 2.1.2 Sub-Factor 4.1.List contracts
chronologically, according to their commencement (starting) dates.]
General Construction Experience
Starting
Year
Ending
Year Contract Identification
Role of
Bidder
[indicate
year]
[indicate
year]
Contract name: [insert full name]
Brief description of the Works performed by the
Bidder: [describe Works performed briefly]
Amount of contract: [insert amount in currency,
mention currency used, exchange rate and USD
equivalent*]
Name of Employer: [indicate full name]
Address: [indicate street/number/town or city/country]
[insert "Prime
Contractor (single
entity or JV member)”
or “Subcontractor” or
"Management
Contractor”]
In case of JV, each member shall provide copy (ies) of JV agreement to be specified share and Role of
Bidder.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 69
Form EXP - 4.2(a): Specific Construction Experience
[The following table shall be filled in for contracts performed by the Bidder, each member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name: [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Fill out one (1) form per contract.]
Contract of Similar Size and Nature
Similar Contract No.
[insert number] of [insert number of
similar contracts required]
Information
Contract Identification [insert contract name and Reference ID number, if
applicable]
Award Date [insert day, month, year, e.g., 15 June, 2015]
Completion Date [insert day, month, year, e.g., 03 October, 2017]
Role in Contract
[check the appropriate box]
Prime Contractor
Single entity
JV member
Total Contract Amount [insert total contract amount and
currency(ies)]
USD[insert exchange rate
and total contract amount in
USD equivalent]*
If member in a JV, specify
participation in total Contract amount
[insert a
percentage
amount]
[insert total
contract amount
and
currency(ies)]
USD[insert exchange rate and
total contract amount in USD
equivalent]*
Employer’s Name: [insert full name]
Address:
Telephone/Fax Number:
E-mail:
[indicate street / number / town or city / country]
[insert telephone/fax numbers, including country and
city area codes]
[insert E-mail address, if available]
Similar Contract No.
[insert number] of [insert number of Information
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 70
similar contracts required]
Description of the similarity in
accordance with EQC 2.1.2 Sub-
Factor 4.2(a) of Section III:
1. Physical Size of required works
items
[insert physical size of items]
2. Complexity [insert description of complexity]
3. Methods/Technology [insert specific aspects of the methods/technology
involved in the contract]
4. Other Characteristics [insert other characteristics as described in Section VI,
Scope of Works]
Note: In case of JV or Specialist Subcontractor, each member (or Specialist Subcontractor) shall provide
copy of JV agreement (or Contract if Specialist Subcontractor) to be specified share and Role of Bidder.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 71
Form EXP - 4.2(b): Specific Construction Experience
in Key Activities
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name: [insert full name]
Subcontractor’s Legal Name [insert full name]
IFB No.: [insert number]
Page [insert page number] of [insert total number] pages
[Fill out one (1) form per contract.]
Key Activity No. (1) _____: [insert brief description of the Activity, emphasizing its
specificity]
Total Quantity of Activity under the contract: _____________________________________
Contract with Similar Key Activities
Item Information
Contract Identification [insert contract name and number, if applicable]
Award Date [insert day, month, year, e.g., 15 June, 2015]
Completion Date [insert day, month, year, e.g., 03 October, 2017]
Role in Contract
[check the appropriate box]
Prime Contractor Management
Contractor
Subcontractor
Single entity
JV member
Total Contract Amount [insert total contract
amount in local currency]
USD [insert
Exchange rate and total
contract amount in USD
equivalent]*
Description of the similarity in accordance
with Sub-Factor 4.2(b) (i) to (iv) of
Section III:
Employer’s Name: [insert full name]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 72
Address:
Telephone/Fax Number:
E-mail:
[indicate street / number / town or city / country]
[insert telephone/fax numbers, including country and
city area codes]
[insert E-mail address, if available]
Note: In case of JV or Specialist Subcontractor, all members (or Specialist Subcontractor) shall provide
copy(ies) of JV agreement (or Contract if Specialist Subcontractor) to be specified share and Role of
Bidder.
2.Activity No.(2) _____
3. Activity No. (3) _____
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 73
Form EXP – 5: Format for Experience Certificates
(To be self-attested by the Bidder)
The Contractor should submit the experience certificates from the respective employer (end user) containing
the following information:
1. Name of Work
2. Location
3. Scope of Work
4. Capacity
5. Cost of Work
6. Name of Employer
7. Details of Employer (Department, address, telephone number, email id)
8. Duration of Work
9. Scheduled date of start of Work
10. Schedule date of completion of Work
11. Actual date of start of Work
12. Actual date of completion of Work
13. Delay, if any
14. Amount of penalty, if any
15. Present status of Work
16. Performance of Work
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 74
Technical Proposal
To establish its Technical Proposal to perform the contract in accordance with Section III,
Evaluation and Qualification Criteria, the Bidder shall provide the information requested in
the corresponding Forms included hereunder:
Table of Technical Proposal Forms:
Form TECH-1: Site Organization
Form TECH-2: Method Statement
Form TECH-3: Mobilization Schedule
Form TECH-4: Construction and ‘Operation & Maintenance’ Schedule
Form TECH-5: Safety and Environmental Management Plan
Form TECH-6: Transmission Mains
Form TECH-7: UGRs and BPSs (Design - Build)
Form TECH-8: SCADA - Transmission and Distribution System (Design- Build)
Form TECH-9: Operation and Maintenance
Form PER -1: Proposed Personnel
Form PER -2: Resume of Proposed Personnel
Form EQU: Equipment
Form TP: Schedule of Technical Particulars
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 75
Form TECH-1: Site Organization
[The bidder shall submit a detailed plan of Site Organization, including the followings;
Organization Chart (should include all key positions).
Authorized person and his responsibilities like Contractual, financial and Technical.
Management / responsibility structure with staff positions.
Site Office structure.
Licenses / permissions for execution of the Works (issued by Authority of origin or equivalent
i.. e. issued for previous projects)
Others
Note: In-adequate contents of such Site Organization plans shall be deemed as “Non-
Responsive” at Technical Evaluation.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 76
Form TECH-2: Method Statement
[The Bidder must demonstrate adequate execution plans (method statement) to achieve completion of
all scope of work with certain definite requirements described in the Bidding Documents, including
the followings;
During Design (Design-Build Portion)
Construction method (including Temporary Works and the Permanent Works);
QA/QC Plan.
Contract management methodology.
Construction schedule, monitoring & control System. Provision of Software and it’s output
information for control & management purpose.
Others
Note: Inadequate contents of such execution plans would result in “Non-Responsive” at Technical
Evaluation.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 77
Form TECH-3: Mobilization Schedule
[The bidder shall write –up detailed Mobilization Schedule, including the following;
Advance Payment Utilization Plan
Design stage activities including for the ‘Design-build Portion’ namely UGR’s & BPS’s.
Deployment schedule of key staff
Employment schedule for Skilled and non- skilled labour
Deployment schedule and list of plant, equipment and materials,
Schedule of applications and permissions required for the Works,
Others
Note: Inadequate contents of such execution plans would result in “Non-Responsive” at Technical
Evaluation.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 78
Form TECH-4: Construction and ‘Operation & Maintenance’
Schedule
[The Bidder must submit schedules to achieve completion of all works and breakdown of work items
as per requirements described in the Bidding Documents and as under;
Detailed Construction Schedule (Bar chart) shall be planned for each works Section 1 shown
in the ‘Section VIII - Particular Conditions’ and shall have detailed breakdown by the major
activities as per the ‘Section VI - Works Requirements’.
Detailed Operation and Maintenance Schedule (Bar chart) shall be planned for each works
Section 2 shown in the ‘Section VIII - Particular Conditions’ and shall have detailed
breakdown by the major activities according to the ‘Section VI - Works Requirements’. The
operation and maintenance schedule during the construction phase shall correspond to the
activities of construction schedule.
Table of Milestones shall cover major items like ‘quantities’ and ‘completion dates’
Note: Inadequate contents of such Construction Schedule would result in “Non-Responsive Bid” at
Technical Evaluation.].
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 79
Form TECH-5: Safety and Environmental Management Plan
[The Bidder should demonstrate that it has the proposed Safety and Environmental Management Plan
that meets the requirements in the ‘Section VI - Works Requirements’. The Employer (end user)
certificate (s) should be attached which specifies same proposed Plant with successful completion or
operation.
Note: Inadequate contents of such execution plans would result in “Non-Responsive Bid” at
Technical Evaluation.].
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 80
Form TECH-6: Transmission Mains
[The Bidder shall provide adequate information and shall demonstrate clearly that fabrication of MS
pipes shall meet the requirements in the ‘Section VI - Works Requirements’.
Note: Inadequate contents of such execution plans would result in “Non-Responsive Bid” at
Technical Evaluation.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 81
Form TECH-7: UGRs and BPSs (Design - Build)
[The Bidder shall provide adequate information and shall demonstrate clearly that it has all the
arrangements to meet the requirements in the ‘Section VI - Works Requirements’.
Proposed execution plan and utilization schedule of facilities with details.
Construction/Rehabilitation Methodology for UGR’s and BPS’s
Proposed list of manufactures/ vendors for major equipment.
Others
Note: Inadequate contents of such execution plans would result in “Non-Responsive Bid” at
Technical Evaluation.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 82
Form TECH-8: SCADA - Transmission and Distribution System
(Design- Build)
[The Bidder shall provide adequate information and give execution plan to demonstrate clearly of his
capability to meet the requirements in the ‘Section VI - Works Requirements
The following components of work shall be constructed in Design and Build basis.
1. SCADA Systems
2. Rehabilitation and/or Construction of UGRs
3. Rehabilitation and/or Construction of Booster Pumping Stations
The Bidder shall explain on the design philosophies, construction methodologies and main technical
features of the product/output to be delivered under the contract.
Note: Inadequate contents of such execution plans would result in “Non-Responsive Bid” at
Technical Evaluation.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 83
Form TECH-9: Operation and Maintenance
[The Bidder shall demonstrate for each of the following periods & activities, the proposed Operation
and maintenance plan (including method, system, activities and manpower deployment, repair &
maintenance and other benefit to the Employer) that meets the requirements in the ‘Section VI -
Works Requirements’, including followings.
Preparatory Period
Physical Operation and Maintenance Period
- existing system,
- during construction, and
- full operation and maintenance.
Booster pumping stations and standby power supply units
UGRs &BPS’s
Solar energy system
Primary, secondary and tertiary water network
Local Water Management Centre (LWMC)
Meters & Service connections
Water loss reduction
Note: Inadequate contents of such execution plans would result in “Non-Responsive Bid” at
Technical Evaluation.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 84
Form PER -1: Proposed Personnel
[insert day, month, year]
Bidder’s Legal Name: [insert full name]
IFB No.[insert number]
Page [insert page number] of [insert total number] page
[The Bidder shall provide the names of suitably qualified personnel to meet the specified
requirements stated in Section III, Evaluation and Qualification Criteria, Clause 2.2.3]
1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name
*As listed in Section III.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 85
Form PER -2: Resume of Proposed Personnel
[insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name:[insert full name]
IFB No.[insert number]
Page [insert page number] of [insert total number] page
[The Bidder shall provide the data on the experience of the personnel indicated in Form PER-1, in the
form below:]
Name of Bidder
Position
Personnel
information
Name
Date of birth
Professional qualifications
Present
employment
Name of employer
Address of employer
Telephone
Contact (manager / personnel
officer)
Fax
Job title
Years with present employer
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 86
[Summarize professional experience, in reverse chronological order. Indicate particular
technical and managerial experience relevant to the project.]
From To Company / Project / Position / Relevant technical and management
experience*
*Relevant technical and management experience should be as detailed to verify for adequate
experience relating proposed position. Inadequate contents of such experience would result in
“Non-Responsive” at Technical Evaluation.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 87
Form EQU: Equipment
[insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name:[insert full name]
IFB No.[insert number]
Page [insert page number] of [insert total number] page
[The Bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for the key equipment listed in Section III, Evaluation and
Qualification Criteria, Clause 2.2.4. A separate Form shall be prepared for each item of
equipment listed, or for alternative equipment proposed by the Bidder. Bidder should provide a
written assurance by owner that each item of equipment will be in time at site.]
Item of equipment
Equipment
information
Name of manufacturer
Model and power rating
Capacity
Year of manufacture
Current
status
Current location
Details of current commitments
Source Indicate source of the equipment
Owned Rented Leased Specially manufactured
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 88
Omit the following information for equipment owned by the Bidder.
Owner Name of owner
Address of owner
Telephone Contact name and title
Fax Telex
Agreements Details of rental / lease / manufacture agreements specific to the project
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 89
Form TP: Schedule of Technical Particulars
(To be filled in by the Bidders)
PREAMBLE TO TECHNICAL PARTICULARS:
1. Particulars called for in this Schedule shall be fully completed by the Contractor at the
time of tendering.
2. Manufacturer's literature shall be submitted with the Tender, giving full specifications of
equipment offered. Where further details of the Contractor's proposals are submitted in
any document accompanying the Tender, such details shall comply with the
Specification.
3. Particulars entered by the Contractor in the Schedules shall form a binding part of the
Contract and shall not be altered without the approval of the Engineer.
4. The Engineer may at any time during the progress of the Contract require the Contractor
to provide extra details of any part of the Works, and the Contractor shall forthwith
provide such details when requested by the Engineer in writing.
5. Entries shall be deemed to refer to the specified Works unless explicitly stated otherwise.
Any particulars covering other options or alternative proposals shall be entered in similar
details either in the places provided in the Schedules or on a clearly labelled separate
sheet(s) of paper appended to the Schedules.
6. Inadequate contents of each Form may result in “Non-Responsive Bid” at Technical
Evaluation.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 90
A. Technical Particulars : Instrumentation Works
S. No. Description Unit Particulars
1 Electro- Magnetic Flow Meter
1.1 Make
1.2 Type/Model No.
1.3 Maximum Operating Pressure & Temperature
1.4 Reference Standards
1.5 Material of Construction
1.5.1 Electrodes
1.5.2 Flanges
1.5.3 Meter Tube lining
1.6 Accuracy of flow measurement
1.7 Type of Display
1.8 Unit of display
1.9 Weather protection class
1.9.1 Flow Transmitter
1.9.2 Meter Tube and Coil Housing
1.10 Data Retention Time during power failure in Flow
Transmitter EEPROM
2 Instrument Cables
2.1 Make
2.2 Ref. standard
2.3 Conductor-material
- Resistance at 20° C
- Reactance at 50Hz
- Screening
2.4 Insulation material
- Minimum Thickness
- Method
2.5 Outer Sheath material
-Nominal Thickness
2.6 Overall Dia.
2.7 H.V. test value
2.8 Partial Discharge test value
2.9 Current carrying capacity at 40° C
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 91
S. No. Description Unit Particulars
2.10 Temperature derating factor for
- 45° C
- 50° C
2.11 Group Derating Factor
3 Consumer/Domestic Water Meters
3.1 Make
3.2 Model No./Type
3.3 Reference Standards
3.4 MOC
3.5 Accuracy
3.6 Display
3.7 Ambient Protection Class
3.8 Operating Pressure &temperature
4 Conductivity type Level Switches
4.1 Make
4.2 Model No./Type
4.3 Reference Standards
4.4 MOC
4.5 Accuracy
4.6 Ambient Protection Class
4.8 Operating Pressure &temperature
5 Ultrasonic type Level Transmitter
5.1 Make
5.2 Model No./Type
5.3 Reference Standards
5.4 MOC
5.5 Accuracy
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 92
S. No. Description Unit Particulars
5.6 Ambient Protection Class
5.7 Operating Pressure &temperature
6 Pressure Transmitter
6.1 Make
6.2 Model No./Type
6.3 Reference Standards
6.4 MOC
6.5 Accuracy
6.6 Ambient Protection Class
6.7 Operating Pressure &temperature
7 Pressure Switches
7.1 Make
7.2 Model No./Type
7.3 Reference Standards
7.4 MOC
7.5 Accuracy
7.6 Ambient Protection Class
7.7 Operating Pressure &temperature
8 Electric Actuators for Valves
8.1 Make
8.2 Model No./Type
8.3 Reference Standards
8.4 MOC
8.5 Accuracy
8.6 Ambient Protection Class
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 93
S. No. Description Unit Particulars
8.7 Operating Pressure &temperature
9 On-line Residual Chlorine Analyzer
9.1 Make
9.2 Model No./Type
9.3 Reference Standards
9.4 MOC
9.5 Accuracy
9.6 Ambient Protection Class
9.7 Operating Pressure &temperature
10 On-line Turbidity Analyzer
10.1 Make
10.2 Model No./Type
10.3 Reference Standards
10.4 MOC
10.5 Accuracy
10.6 Ambient Protection Class
10.7 Operating Pressure &temperature
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 94
B. Technical Particulars : SCADA Works
S. No. Description Unit Particulars
1. Zonal SCADA Centre Hardware
1.1 Redundant Server-Router system
1.1.1 Manufacturer / Country of Origin
1.1.2 Manufacturer's type designation
1.1.3 Processor Type, speed
1.1.4 RAM capacity, type
1.1.5 Hard disk capacity, type
1.1.6 Operating system
1.1.7 Tenderer’s choice:
1.2 Redundant Data Storage System
1.2.1 Manufacturer / Country of Origin
1.2.2 Manufacturer's type designation
1.2.3 Data Storage type
1.2.4 Capacity for WTP SCADA
1.2.5 Make, type and capacity of additional
removable hard disk storages
1.2.6 Tenderer’s choice:
1.3 Web-Server
1.3.1 Manufacturer / Country of Origin
1.3.2 Manufacturer's type designation
1.3.3 Processor Type, speed
1.3.4 RAM capacity, type
1.3.5 Operating system
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 95
S. No. Description Unit Particulars
1.3.6 Tenderer’s choice:
1.4 GSM modem
1.4.1 Manufacturer / Country of Origin
1.4.2 Manufacturer's type designation
1.4.3 Tenderer’s choice:
1.5 GPRS modem
1.5.1 Manufacturer / Country of Origin
1.5.2 Manufacturer's type designation
1.5.3 Tenderer’s choice:
1.6 Radio modem comprising aerial
system
1.6.1 Modem Manufacturer / Country of
Origin
1.6.2 Modem Manufacturer's type designation
1.6.1 Aerial System Manufacturer / Country
of Origin
1.6.2 Aerial System Manufacturer's type
designation
1.6.3 Tenderer’s choice:
1.7 Workstation
1.7.1 Manufacturer / Country of Origin
1.7.2 Manufacturer's type designation
1.7.3 Processor Type, speed
1.7.4 RAM capacity, type
1.7.5 Hard disk capacity, type
1.7.6 screen dimension; viewing angle;
resolution
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 96
S. No. Description Unit Particulars
1.7.7 Operating system
1.7.8 Tenderer’s choice:
1.8 Office WLAN router
1.8.1 Manufacturer / Country of Origin
1.8.2 Manufacturer's type designation
1.8.3 Tenderer’s choice:
1.9 Printers and auxiliaries
1.9.1 Manufacturer / Country of Origin of the
Alarm/Event Printer
1.9.2 Manufacturer's type designation, paper
format, printing speed of the
Alarm/Event Printer
1.9.3 Manufacturer / Country of Origin of the
colour laser printer
1.9.4 Manufacturer's type designation, paper
format, printing speed of the colour laser
printer
1.9.5 Manufacturer / Country of Origin of the
report laser printer
1.9.6 Manufacturer's type designation, paper
format, printing speed of the report laser
printer
1.9.7 Tenderer’s choice:
1.10 Programmer notebook
1.10.1 Manufacturer / Country of Origin
1.10.2 Manufacturer's type designation
1.10.3 Processor Type, speed
1.10.4 RAM capacity, type
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 97
S. No. Description Unit Particulars
1.10.5 Hard disk capacity, type
1.10.6 screen dimension; resolution; viewing
angle
1.10.7 Operating system
1.10.8 Tenderer’s choice:
1.11 UPS
1.11.1 Manufacturer / Country of Origin
1.11.2 Manufacturer's type designation
1.11.3 Power range [kVA]
1.11.4 Battery manufacturer, type, voltage
1.11.5 Battery unit range [Ah]
1.11.6 Duration of battery support at rated load
1.11.7 Full charging time
1.11.8 Tenderer’s choice:
1.12 Electrical and data cable installation
in false floor
1.12.1 Data cable and connection Manufacturer
/ Country of Origin / type designations
1.12.2 Tenderer’s choice:
2 Automation and SCADA Software
2.1 SCADA Software
2.1.1 Manufacturer / Country of Origin
2.1.2 SCADA software
2.2 Application Software
2.2.1 Water Demand and Forecasting
2.2.2 Water Leakage Management
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 98
S. No. Description Unit Particulars
2.2.3 Water Distribution and pressure
management software
2.2.4 Energy Management
2.3 RTU and automation software
2.3.1 Manufacturer / Country of Origin
2.3.2 RTU software type designation
2.3.3 HMI software type designation
2.3.4 PLC resp. PLC/RTU software type
designation
2.3.5 Tenderer’s choice:
2.3.6 References in India
2.3.7 International references
3 Dual Data & Voice Transmission
3.1 Type / Model no.
3.1.1 Make / Country of Origin
3.1.2 Manufacturer's type designation /
materials
3.1.3 Speed; bandwidth; single or multi- mode
3.1.4 Power Supply
3.1.5 Tenderer’s choice:
3.2 GSM modem
3.2.1 Manufacturer / Country of Origin
3.2.2 Manufacturer's type designation
3.2.3 Tenderer’s choice:
3.3 GPRS modem
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 99
S. No. Description Unit Particulars
3.3.1 Manufacturer / Country of Origin
3.3.2 Manufacturer's type designation
3.3.3 Tenderer’s choice:
3.4 Radio modem comprising aerial
system
3.4.1 Modem Manufacturer / Country of
Origin
3.4.2 Modem Manufacturer's type designation
3.4.3 Aerial System Manufacturer / Country
of Origin
3.4.4 Aerial System Manufacturer's type
designation
3.4.5 Tenderer’s choice:
4 RTU Stations
4.1 RTU
4.1.1 Manufacturer / Country of Origin
4.1.2 Manufacturer's type designation
4.1.3 CPU type; speed
4.1.4 RAM
4.1.5 DI unit type
4.1.6 DO unit type
4.1.7 CPU, I/O integrated type (compact unit)
4.1.8 AI unit type
4.1.9 AO unit type
4.1.10 AI/AO combined type
4.1.11 Interfaces
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 100
S. No. Description Unit Particulars
4.1.12 Tenderer’s choice:
4.2 PLC
4.2.1 Manufacturer / Country of Origin
4.2.2 Manufacturer's type designation
4.2.3 CPU type; speed
4.2.4 RAM
4.2.5 DI unit type
4.2.6 DO unit type
4.2.7 CPU, I/O integrated type (compact unit)
4.2.8 AI unit type
4.2.9 AO unit type
4.2.10 AI/AO combined type
4.2.11 Interfaces
4.2.12 Remote I/O unit type designation
4.2.13 Redundancy
4.2.14 Communication
4.2.15 Peripherals make & type
4.2.16 Software
4.2.17 Reference Standards
4.2.18 Tenderer’s choice:
4.3 Data logger
4.3.1 Manufacturer / Country of Origin
4.3.2 Manufacturer's type designation
4.3.3 Supply voltage; binary input voltage;
analogue input ampere
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 101
S. No. Description Unit Particulars
4.3.4 Capacity
4.3.5 Output interfaces
4.3.6 Tenderer’s choice:
4.4 UPS
4.4.1 Manufacturer / Country of Origin
4.4.2 Manufacturer's type designation
4.4.3 Power range [kVA]
4.4.4 Battery manufacturer, type, voltage
4.4.5 Battery unit range [Ah]
4.4.6 Duration of battery support at rated load
4.4.7 Full charging time
4.4.8 Tenderer’s choice:
4.5 LCPs & Enclosure Cabinets
4.5.1 Manufacturer / Country of Origin
4.5.2 Manufacturer's type designation
4.5.3 Material; IP Class
4.5.4 Tenderer’s choice:
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 102
C. Technical Particulars : Electrical Works Sr.
No. Description Unit
Particulars
Shastri Nagar Than Singh Nagar
1 HV Switchboard
1.1 Type of Switchgear
1.2 Rated voltage, frequency with variation. kV/-/Hz
1.3 Material of Busbar
1.4 Maximum System Voltage kV
1.5 Fault Level
1.6 One Minute Power Frequency Withstand Voltage kV rms
1.7 Degree of Protection
1.8 Standard
1.9 Make/ Name of Manufacturer
Circuit Breaker
1.10 Type
1.11 Rated Voltage V
1.12 Auxiliary Control voltage V
1.13 Rated Current at 50 deg. C temp A
1.14 Rated Breaking Current kA rms
1.15 Rated Making Current kA peak
1.16 Rated Operation Duty Cycle
1.17 Make/ Name of Manufacturer
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 103
Sr.
No. Description Unit
Particulars
Shastri Nagar Than Singh Nagar
2 Transformer
2.1 Type
2.2 Full Load Rating MVA
2.3 Rated No Load Voltage
( HV/LV)
kV
2.4 Quantity Nos.
2.5 Vector Group
2.6 Degree Of Protection
2.7 Insulation Class
2.8 Type of Tap Changer, Steps
2.9 No load loss at rated voltage and frequency kW
2.10 Full load loss at Principle tapping corrected to 75C kW
2.11 Impedance voltage %
2.12 Efficiency at rated voltage, frequency and full load
and at:
(i) Unity power factor
(ii) 0.8 p.f. lagging
%
%
2.13 Standard
2.14 Make/ Name of Manufacturer
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 104
Sr.
No. Description Unit
Particulars – Pumping Station
Shadipur Janta Park Naraina New Rajinder
Nagar Zakhira
3 Compact Sub Station
3.1 Rating KVA
3.2 Quantity Nos.
3.3 HV Side Voltage KV
3.4 LV Side Voltage KV
3.5 Type of HT Breaker
3.6 Type of Transformer
3.7 Transformer Ratio HV/LV
3.8 Vector Group
3.9 Type of Tap Changer and steps
3.10 Class of Insulation
3.11 Type Of LV Switchgear
3.12 Type of Cooling
3.13 Ampere LV side of Transformer A
3.14 Degree Of Protection
3.15 Material Of Busbar
3.16 Make/ Name of Manufacturer
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 105
Sr.
No. Description Unit
Particulars
Shastri
Nagar Shadipur
Janta
Park Naraina
New
Rajinder
Nagar
Zakhira Than singh
Nagar
4 Motor Control Switch Board Panel
4.1 Type
4.2 Rated voltage and frequency with variati. kV/-/Hz
4.3 Material of Busbar
4.4 Degree Of Protection
4.5 Fault Level
4.6 Make/ Name of Manufacturer
Circuit Breaker ( Incomer)
4.7 Type
4.8 Rated Voltage V
4.9 Auxiliary Control voltage V
4.10 Make/ Name of Manufacturer
Motor Feeder
4.11 Quantity
4.12 Feeder Rating KW
4.13 Type of Breaker ( MCCB/ ACB)
4.14 Rated voltage V
4.15 Type of Starter
4.16 Make/ Name of Manufacturer
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 106
Sr.
No. Description Unit
Particulars
Shastri Nagar Than Singh Nagar
5 Battery and Battery Charger
5.1 Battery type
5.2 End Cell Voltage V
5.3 Nominal Voltage V
5.4 Battery Charging time
5.5 Expected life in Year
5.6 Make/ Name of Manufacturer
Battery Charger
5.7 Maximum charging current:
(i) Float charging
(ii) Boost charging
A
A
5.8 Voltage regulation %
5.9 Charger efficiency and power factor at:
(i) Rated load
(ii) 50% load
%
%
5.10 Ripple Content at rated load: (i) with battery
connected (ii) without battery connected
%
5.11 Make/ Name of Manufacturer
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 107
Sr.
No. Description Unit
Particulars
Shastri
Nagar Shadipur
Janta
Park Naraina
New
Rajinder
Nagar
Zakhira
Than
singh
Nagar
6 Variable Frequency Drive
6.1 Type
6.2 Rated voltage
6.3 Nominal Power kW
6.4 Degree Of Protection
6.5 Guaranteed efficiencies at
i. Full load of motor
ii. 75 % load
iii 50 % load
%
%
%
6.6 Standard
6.7 Make/ Name of Manufacturer
Sr.
No. Description
Unit Particulars
Shastri
Nagar Shadipur
Janta
Park Naraina
New
Rajinder
Nagar
Zakhira
Than
singh
Nagar
7 Solar System
7.1 Solar System Rating KWp
7.2 Type of Solar Cells
7.3 Type of Inverter
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 108
Sr.
No. Description
Unit Particulars
Shastri
Nagar Shadipur
Janta
Park Naraina
New
Rajinder
Nagar
Zakhira
Than
singh
Nagar
7.4 Input Voltage of Inverter
7.5 Output Voltage of Inverter
7.6 Standard
7.7 Make of Solar Panel and
Inverter
Sr.
No. Description Unit
Particulars
Shastri
Nagar Shadipur Janta Park Naraina
New Rajinder
Nagar Zakhira
Than singh
Nagar
8 D G Set
8.1 Rating kVA
8.2 Rated voltage V
8.3 Current A
Engine
8.4 Make
8.5 Cooling
8.6 Stroke mm
8.7 No.Of Cycles
8.8 Total Coolant Capacity Ltrs.
Alternator
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 109
Sr.
No. Description Unit
Particulars
Shastri
Nagar Shadipur Janta Park Naraina
New Rajinder
Nagar Zakhira
Than singh
Nagar
8.9 Voltage V
8.10 RPM
8.11 Enclosure
Battery
8.12 Type of Battery
8.13 Rating AH
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 110
D. Technical Particulars : Mechanical Works
Sr. No. Description Unit Technical Data
1. Butterfly Valve-Motorized
1.1 Valve Make
1.2 Valve Rating bar
1.3 Actuator Make
1.4 Actuator Type
1.5 Motor Rating kW
1.6 Design Torque kg-m
1.7 Time for full open to full close minutes
1.8 Time for full close to full open minutes
2. Non Return Valve
2.1 Make
2.2 Type
2.3 Rating bar
2.4 Non-Slam Characteristics
2.5 Method of Achieving non slam
characteristics
3. Sluice Valve - Motorized
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 111
Sr. No. Description Unit Technical Data
3.1 Valve Make
3.2 Valve Type
3.3 Valve Rating bar
3.4 Actuator Make
3.5 Actuator Type
3.6 Motor Rating kW
3.7 Design Torque kg-m
3.8 Time for full open to full close minutes
3.9 Time for full close to full open minutes
4. Electro – Chlorination System { Required at Narainaand New Rajinder Nagar UGRs only.}
4.1 Make
4.2 Capacity kg/hr
4.3 Dosage ppm
4.4 Power Consumption kW
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 112
Sr.
No. Description Unit Shastri Nagar Janta Park Naraina
New Rajinder
Nagar Than Singh Nagar
Main Trimmer Main Trimmer Main Trimmer Main Trimmer Main Trimmer
5 Pumps VFD
Operated
5.1 General
5.1.1 Make
5.1.2 Model
5.1.3 Type
5.2 Performance
5.2.1 Pump Capacity m3/hr
5.2.2 Rated Head m
5.2.3 Quantity (W + S) Nos.
5.2.4 WHP kW
5.2.5 Efficiency at
rated point %
5.2.5 Motor Rated
Power kW
5.2.6 Shut Off Head m
5.2.7 Speed rpm
5.3 NPSHrequired
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 113
5.3.1 At rated point m
5.3.2 Run out point m
5.3.3 Suction /
discharge size mm/mm
5.4 Performance of
Pump set
5.4.1
Maximum
velocity of
vibration
mm/sec
5.4.2 Maximum noise
level dBA
5.5 Weight kg
S.No. Description Unit
Shastri
Nagar Shadipur Janta
Park Naraina
New
Rajinder
Nagar
Than Sing
Nagar Zakhira
6 EOT Crane/Hoist
6.1 General
6.1.1 Quantity Nos.
6.1.2 Make
6.1.3 Type and Class of crane
6.1.4 Manufacture Standard
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 114
6.1.5 Lifting capacity tonnes
6.1.6 Centre to centre of crane rails (Span) metres
6.2 Operating speed (loaded)
6.2.1 Hoisting (Main & Aux.) m/min
6.2.2 Long Travel m/min
6.2.3 Cross Travel m/min
7 Surge Protection Equipment
7.1 Surge Vessels
7.1.1 Make
7.1.2 Standard
7.1.3 Class / Code of construction
7.1.4 Total capacity m3
7.1.5 No. of air vessels No.
7.2 Compressor
7.2.1 Make
7.2.2 Type of compressor
7.2.3 Free air delivery capacity m3/min
7.2.4 Discharge Pressure bar
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 115
7.2.5 Compressor speed rpm
7.3 Motor
7.3.1 Make
7.3.2 Rating kW
8 Ventilation and Exhaust System
8.1 Make
8.2 Type and model number
8.3 Capacity m3/min
8.4 Nos. required Nos.
8.5 Room temperature Deg. C
Sr. No. Size Shastri
Nagar Shadipur
Janta
Park Naraina
New
Rajinder
Nagar
Than Sing
Nagar Zakhira
Rock
garden
9. BOQ for Motorized - Butterfly Valve
9.1 400
9.2 450
9.3 500
9.4 600
9.5 700
9.6 800
9.7 900
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 116
9.8 1000
9.9 1100
9.10 1200
9.11 1400
10. BOQ for Non-Return Valve
10.1 100
10.2 150
10.3 200
10.4 250
10.5 300
10.6 350
10.7 400
10.8 450
10.9 500
10.10 600
10.11 700
10.12 800
11. BOQ For Motorized – Sluice Valve
11.1 100
11.2 150
11.3 200
11.4 250
11.5 300
11.6 350
11.7 400
11.8 450
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents Improvement of Water Supply System including Operation and Maintenance of Transmission & Distribution Pipes, Pumping Stations,
Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package - 2
(West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 117
11.9 500
11.10 600
11.11 700
11.12 800
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 118
Form ACK: Acknowledgement of Compliance
with Guidelines for Procurement under
Japanese ODA Loans
A) I, [insert name and position of authorized signatory], being duly authorized by [insert name of
Bidder/members of joint venture (“JV”)] (hereinafter referred to as the “Bidder”) to execute this
Acknowledgement of Compliance with Guidelines for Procurement under Japanese ODA Loans, hereby
certify on behalf of the Bidder and myself that all information provided in the Bid submitted by the
Bidder for Loan Agreement No. ID-P 225 Delhi Water Supply Improvement Project in Chandrawal WTP
Command Area is true, correct and accurate to the best of the Bidder’s and my knowledge and belief. I
further certify, on behalf of the Bidder, that:
(i) the Bid has been prepared and submitted in full compliance with the terms and conditions set
forth in the Guidelines for Procurement under Japanese ODA Loans (hereinafter referred to as the
“Guidelines”); and
(ii) the Bidder has not, directly or indirectly, taken any action which is or constitutes a corrupt,
fraudulent, collusive or coercive act or practice in violation of the Guidelines and is not subject to
any conflict of interest as stipulated in the relevant section of the Guidelines.
<If debarment for more than one year by the World Bank Group is NOT imposed, use the following sentence
B).>
B) I certify that the Bidder has NOT been debarred by the World Bank Group for more than one year
since the issuance of Invitation for Bids.
<If debarment for more than one year by the World Bank Group has been imposed BUT three (3) years have
passed since the date of such debarment decision, use the following sentence B’).>
B’) I certify that the Bidder has been debarred by the World Bank Group for a period more than one year
BUT that on the date of issuance of Invitation for Bids at least three (3) years had passed since the
date of such debarment decision. Details of the debarment are as follows:
Name of the debarred
firm
Starting date of
debarment
Ending date of
debarment
Reason for debarment
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 119
C) I certify that the Bidder will not enter into a subcontract with a firm which has been debarred by the
World Bank Group for a period more than one year, unless on the date of the subcontract at least
three (3) years have passed since the date of such debarment decision.
D) I certify, on behalf of the Bidder, that if selected to undertake services in connection with the
contract, the Bidder shall carry out such services in continuing compliance with the terms and
conditions of the Guidelines.
E) I further certify, on behalf of the Bidder, that if the Bidder is requested, directly or indirectly, to
engage in any corrupt or fraudulent action under any applicable law, such as the payment of a rebate,
at any time during a process of public procurement, negotiations, execution or implementation of
contract (including amendment thereof), the Bidder shall report all relevant facts regarding such
request to the relevant section in JICA (details of which are specified below) in a timely manner.
JICA’s information desk on fraud and corruption (A report can be made to either of the offices
identified below.)
(1) JICA Headquarters: Legal Affairs Division, General Affairs Department
URL: https://www2.jica.go.jp/en/odainfo/index.php
Tel: +81 (0)3 5226 8850
(2) JICA India office
Tel: (91-11) 4768-5500 (91-11) 2371-4362/4363
Fax: (91-11) 4768-5555
The Bidder acknowledges and agrees that the reporting obligation stated above shall NOT in any way
affect the Bidder’s responsibilities, obligations or rights, under relevant laws, regulations, contracts,
guidelines or otherwise, to disclose or report such request or other information to any other person(s)
or to take any other action, required to or allowed to, be taken by the Bidder. The Bidder further
acknowledges and agrees that JICA is not involved in or responsible for the procurement process in
any way.
F) If any of the statements made herein is subsequently proven to be untrue or incorrect based on facts
subsequently determined, or if any of the warranties or covenants made herein is not complied with,
the Bidder will accept, comply with, and not object to any remedies taken by the Employer and any
sanctions imposed by or actions taken by JICA.
___________________________
Authorized Signatory
[Insert name of signatory; title]
For and on behalf of [Insert name of the Bidder]
Date:
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 120
Form – 6: Format for Affidavit
AFFIDAVIT
(To be filled by the bidder)
Date:
From,
(Contractor’s Detail)
To,
Delhi Jal Board (Govt. of NCT of Delhi),
Varunalya Phase-II, Karol Bagh,
New Delhi – 110005
Contract: Improvement of Water Supply System including Operation and maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package 2 ( West Zone ) Dear Sirs,
I/We have annexed to this Bid the following documents:
(i) Original Power of Attorney or other proof of authority of the person who has signed the Bid or
Copy of Power of Attorney or other authority.
(ii) Audited Balance sheet of the Bidder for the last 5 (Five) years.
(iii) Letter of award and completion certificates for the eligible projects
(iv) Documents as per the eligibility criteria
(v) Any additional documents as listed below:
……………………………………………………………………………………………………
I/We hereby undertake that the statements made in the bid and the information given in Annexure referred
to above are true in all respects and that in the event of any such statement or information being found to
be incorrect in any particular, the same may be construed to be a misrepresentation entitling Delhi Jal
Board to cancel the bid or terminate any resultant Contract.
I/We do hereby declare that I/We have not suffered bankruptcy/ insolvency during the last 3 financial
years from the date of submission of bid. We are not in a financial restricting process under the Corporate
Debt Restructuring (CDR) or similar mechanism at submission of Bids. In case of any is found during
bids evaluation and award of contract, I/ We have no objection if my /our tender is rejected.
I/We undertake that we have no conflict of interest as specified in the biding documents for the above
Contract and that if found otherwise, Delhi Jal Board can take all requisite measures, including but not
limited to cancellation of bid or terminate any resultant Contract, as per provisions of Contract.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board Tenderer
Page 121
I/We further undertake as and when called upon by Delhi Jal Board to produce for its inspection,
original(s) of the documents(s) of which copies have been annexed hereto.
Yours faithfully,
(Signature(s) of the Bidders(s))
Name & Designation of authorized person signing the Bid on behalf of the
Bidder(s) Full Name and address of the Bidder(s)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board
Tenderer
Page 122
Form of Bid Security (Bank Guarantee)
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: The Chief Engineer (Water) Projects-II
Delhi Jal Board, Govt of NCT of Delhi, (DJB)
Room 314, Varunalaya Phase II, Karol Bagh, New Delhi 110005 India
IFB No.: NIT NO. 01 (2021-22)/EE(EAP)-I
Date:[Insert date of issue]
BID GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of the Bidder, which in the case of a joint venture shall be
the name of the joint venture (whether legally constituted or prospective) or the names of all members
thereof] (hereinafter called "the Bidder") has submitted or will submit to the Beneficiary its Bid
(hereinafter called "the Bid") for the execution of “Improvement of Water Supply System
including Operation and maintenance of Transmission & Distribution Pipes, Pumping
Stations, Service Connections and Consumer Meters with DMA formation and NRW
Reduction in Chandrawal WTP Command Area, Package 2 ( West Zone )” under the Loan
Agreement No. ID-P225.
Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be supported
by a bid guarantee.
At the request of the Bidder, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary
any sum or sums not exceeding in total an amount of [insert amount in words]([insert amount in
figures]) upon receipt by us of the Beneficiary’s complying demand, supported by the Beneficiary’s
statement, whether in the demand itself or a separate signed document accompanying or identifying
the demand, stating that either the Bidder:
(a) has withdrawn its Bid during the period of bid validity set forth in the Bidder’s Letter of
Bid (“the Bid Validity Period”), or any extension thereto provided by the Bidder; or
(b) has been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period
or any extension thereto provided by the Bidder, (i) has failed to execute the contract agreement,
or (ii) has failed to furnish the Performance Security, in accordance with the Instructions to
Bidders of the Beneficiary’s bidding documents.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IV.
Bidding Forms
Delhi Jal Board
Tenderer
Page 123
This guarantee will expire and shall be returned: (a) if the Bidder is the successful Bidder, upon our
receipt of copies of the contract agreement signed by the Bidder and the Performance Security issued
to the Beneficiary in relation to such contract agreement; or (b) if the Bidder is not the successful
Bidder, upon the earlier of (i) our receipt of a copy of the Beneficiary’s notification to the Bidder of
the results of the bidding process; or (ii)twenty-eight days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the office
indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758.
_____________________________
[signature(s)]
[Note: All italicized text is for use in preparing this form and shall be deleted from the final product.]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT
IN CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance
of Transmission and Distribution pipes, Pumping Stations, Service
Connections, and Consumer Meters with DMA formation and NRW Reduction
in Chandrawal WTP Command Area (Package 2 – West Zone)
Part 3
Conditions of Contract &
Contract Forms
Delhi Jal Board Tenderer
Page 124
Section V : Eligible Source Countries of
Japanese ODA Loans (ESC)
The Eligible Source Country (ies) for procurement of all goods and services to be financed out of the
proceeds of the Loan are all countries and area.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area (Package 2 – West Zone)
Part 3
Conditions of Contract and
Contract Forms
Delhi Jal Board
Tenderer
Page 125
PART 3
CONDITIONS OF CONTRACT &
CONTRACT FORMS
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area (Package 2 – West Zone)
Part 3
Conditions of Contract and
Contract Forms
Delhi Jal Board
Tenderer
Page 126
TABLE OF CONTENTS
Section VII General Conditions (GC)…………………………………………... 127
Section VIII Particular Conditions (PC)…………………………………………. 128
Part A - Contract Data (CD)……………………………… . 129
Part B1 -Specific Provisions (SP)………………………….… 136
Section IX. Annex to the Particular Conditions- Contract Forms (CF)… 184
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area (Package 2 – West Zone)
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 127
Section VII : General Conditions (GC)
The General Conditions governing this Contract shall be Conditions of Contract for
Construction MDB Harmonized Edition, prepared and copyrighted by the International
Federation of Consulting Engineers (Fédération Internationale des Ingénieurs-Conseils, or
FIDIC), FIDIC 2010, all rights reserved, (hereinafter referred to as “Standard GC”). This
publication is exclusive for the use of JICA’s Borrowers and their project implementing
agencies as provided under the License Agreement dated August 1st, 2008, between JICA and
FIDIC, and, consequently, no part of this publication may be reproduced, translated, adapted,
stored in a retrieval system or communicated, in any form or by any means, whether
mechanical, electronic, magnetic, photocopying, recording or otherwise, without prior
permission in writing from FIDIC, except by the parties above and only for the exclusive
purpose of preparing this Contract.
The General Conditions of Contract are available on the JICA’s website shown below:
http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/te
nder/index.html
A copy of these General Conditions is not attached to these Bidding Documents.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area (Package 2 – West Zone)
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 128
Section VIII : Particular
Conditions (PC)
Part A, Contract Data of the PC, includes data to complement the GC in a manner
similar to the way in which the Bid Data Sheet complements the Instructions to
Bidders.
Part B, the Specific Provisions of the PC, consists of any amendments and additions
to the General Conditions, specific to the contract.
Any amendments and additions to the General Conditions, specific to the contract in
hand, are introduced in the Particular Conditions (PC), Section VIII.
It is to be noted that the PC provisions take precedence over those in the GC (Sub-
clause 1.5).
Clause numbers in the PC correspond to those in the GC.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 129
Part A - Contract Data
A Column “A-1: Portion of Construction Works (Section 1)” shall be applied only for the portion of the Construction Works under the Contract, a Column
“A-2: Portion of Operation and Maintenance Works (Section 2)” shall be applied only for the portion of the Operation and maintenance Works under the
Contract, and both column combined means that the paragraphs / sentences are applicable in entire the Contract
Conditions Sub-
Clause
Data
A-1: Portion of Construction Works (Section
1)
A-2: Portion of Operation and Maintenance
Works (Section 2)
Employer’s name and address
1.1.2.2
& 1.3
The Chief Engineer (Water) Project-II
Delhi Jal Board, Govt of NCT of Delhi, (DJB)
Room 314, Varunalaya Phase II, Karol Bagh, New Delhi 110005 India
Phone: 011-23618077
Engineer’s name and address 1.1.2.4
&1.3
Executive Engineer (EAP) -I
Address: Room No. 501, Varunalaya Phase:I, Karol Bagh, New Delhi 110005
Telephone: 011-23554573, Facsimile number: 011 -23554573
E-mail address: [email protected]
Bank’s name 1.1.2.11 Japan International Cooperation Agency (JICA)
Borrower’s name 1.1.2.12 The President of India
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 130
Time for Completion 1.1.3.3 The time for Completions by sections are specified, refer to “Table: Summary of Sections” below.
Defects Notification Period 1.1.3.7 One (1) year. Not Applicable
Sections 1.1.5.6 The sections are specified, refer to “Table: Summary of Sections” below.
Electronic transmission
systems
1.3 E-mail will be an acceptable form of written electric transmission, provided a signed hard copy of the
entire contents of E-mail, including any attachments, is received within two (2) days of the transmission
of the E-mail.
Governing Law 1.4 The Law of the Republic of India
Ruling language 1.4 English
Language for communications 1.4 English
Time for access to, and
possession of all parts of, the
Site
2.1 The date of Commencement date. 4 months after Commencement Date of the Section
1 or the next date of the Preparatory Period of
Operation and Maintenance is completed.
Project Monitoring and
Supervision Consultant
(PMSC)
3.1 Tokyo Engineering Consultants Co., Ltd., Japan (Lead Consultant) in association with EGIS EAU,
France, STUP Consultants Pvt. Ltd, India, Tata Consulting Engineers Limited, India and EGIS India
Consulting Engineers Pvt. Limited, india.
Dakha House (4th Floor), 18/17, WEA Karol Bagh, New Delhi – 110005,
Phone: 011 45062091 , 011 45062092
Engineer’s Duties and
Authority
3.1(B)(ii
)
Variations resulting in an increase of the Accepted Contract Amount up to 10% shall require approval
of the Chief Engineer (Water) Project-II.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 131
Performance Security 4.2 The Performance Security will be in the form of
a “ Bank Guarantee” in the amount(s) of three
(3) Percent of the value of Section 1 works in
the Accepted Contract Amount and in the same
currency (ies)of the value of Section 1 works in
the Accepted Contract Amount.
The Performance Securities will be in the form of a
“ Bank Guarantee” in the amount(s) of:
(a) First Performance Securities of O&M: Three
(3) Percent of the value of Section 2B) works
in the Accepted Contract Amount.
(b) Second Performance Securities of O&M:
Three (3) Percent of the value of Section 2 C)
works in the Accepted Contract Amount.
The Performance Securities shall be delivered, at the
time and manner specified in Part B- Specific
Provision (SP).
Normal working hours 6.5 Working hours for Section 1 works at the Site
shall not be exceeded the limit of working hours
in the law of India; constructible at site in
between 08:00AM to 6:00PM; Monday to
Saturday; excluding gazetted and national
holidays. The Contractor shall be responsible to
obtain the written consent of the Employer’s
Representative if he desires to work outside
these times during the execution of work till wet
run test.
Operation & Maintenance period of Section 2 works
shall be carried out 24 hours a day, 7 days a week,
for all days of the year including national holidays.
Commencement of Works 8.1(c) As per GC 8.1 (c). The date effective access to the site is granted: 4
months after the Commencement Date of the
Section 1 or the next date of the Preparatory Period
of Operation and Maintenance is completed.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 132
Delay damages for the Works 8.7 &
14.15(b)
As specified in Table ‘Summary of Sections’
Table below.
As specified in Table ‘Summary of Sections’ Table
below.
Maximum amount of delay
damages
8.7 10 % of value of total Section 1 in the final
Contract Price.
For Section 2.B) works, no O&M cost will be paid
to the agency after 32 months, if the delay is
attributed to the agency.
For Section 2.C) works, 5% of the value of this
section in the final Contract Price.
Provisional Sum 13.5 (b)
(ii)
a sum for contractor’s overhead charges and
profit shall be 15% of actual amount spent/paid.
Not applicable
Total advance payment 14.2 10%, of the value of Section 1 in the Accepted
Contract Amount payable in the currencies and
proportions in which the Accepted Contract
Amount is payable.
No advance payment payable.
Repayment amortization rate
of advance payment
14.2(b) 20% Not Applicable.
Percentage of Retention 14.3(c) 5% of each Interim Payment Certificate of
Section 1.
Not Applicable.
Limit of Retention Money 14.3(c) 5% of the value of Section 1 in the Accepted
Contract Amount.
Not Applicable.
Minimum Amount of Interim
Payment Certificates
14.6 0.35% of the value of the Section 1 in the
Accepted Contract Amount None
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 133
Maximum total liability of the
Contractor to the Employer
17.6 The product of one times the value of the
Section 1 in the Accepted Contract Amount.
The product of one times the value of the Section 2
in the Accepted Contract Amount.
Periods for submission of
insurance:
18.1
a. evidence of insurance. Within 14 days from the Commencement Date. For O&M during Construction phase: 28 days prior
to the Preparatory Period completed, and
For O&M during Post-Construction phase: 28 days
prior to the Time for Completion of Section 1.
b. relevant policies Within 28 days from the Commencement Date. For O&M during Construction phase: 14 days prior
to the Preparatory Period completed, and
For O&M during Post-Construction phase: 14 days
prior to the Time for Completion of Section 1.
Maximum amount of
deductibles for insurance of
the Employer’s risk
18.2(d) INR 1,00,000 (One Hundred Thousand Indian Rupees)
Minimum amount of third
party insurance
18.3 Amount of third-party insurance not less than INR 2,500,000 per occurrence.
Date by which the DB shall be
appointed
20.2 28 days after the Commencement date.
refer to the Sub-Clause 20.2 in the Part B Specific
provision.
The DB shall be comprised of 20.2 Three (3) Members refer to the Sub-Clause 20.2 in the Part B Specific
provision.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 134
Appointment (if not agreed)
to be made by
20.3 ICC Not Applicable
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area, Package 2 (West Zone)
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 135
Table: Summary of Sections
Section Name/Description
(Sub-Clause 1.1.5.6)
Time for Completion
(Sub-Clause 1.1.3.3)
Delay Damages
(Sub-Clause 8.7)
Section 1. Improvement of Water Supply
System including Operation and
maintenance of Transmission &
Distribution Pipes, Pumping Stations,
Service Connections and Consumer
Meters with DMA formation and NRW
Reduction in Chandrawal WTP Command
Area, Package 2, ( West Zone );
Entire Section 1 shall be
completed within Thirty
Six (36) Months after
the Commencement
date.
0.1% per day of the value
of this Section 1 Works in
the Contract Price.
Section 2. Operation and Maintenance of
existing and newly constructed Works for
Transmission and Distribution Pipes with
Appurtenances, Pumping Stations, UGRs,
Service Connections and Consumer Meters,
SCADA system, along with DMA formation
and Water Losses Reduction in Chandrawal
WTP Command Area, Package 2, ( West
Zone);
2.A) Preparatory Period of Operation and
Maintenance
4 Months after the
Commencement Date.
None
2.B) O&M during Construction Phase. 32 Months after the
preparatory period or
the date of issuing the
Taking-over Certificate
of completion of
Section 1 works,
whichever is later.
No O&M Cost shall be
paid to the Agency after
32 months, if the delay is
attributed to the Agency.
2.C) O&M during Post-Construction Phase. 120 months after the
date of issuing the
Taking-over Certificate
of completion of Section
1 Works.
0.1% per day of the value
of this Section 2.C)
Works in the Contract
Price subject to a
maximum ceiling of 5%.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in Chandrawal
WTP Command Area (Package 2 – West Zone)
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 136
Part B : Specific Provisions - Capital Works
References to Clauses and Sub-Clauses herein refer to the Clauses or Sub-Clauses of the General Conditions or such additional Clauses as may be included in
these Particular Conditions. Sub-Clauses of the General Conditions not amended herein shall remain as stated in the General Conditions.
A Column “B-1: Portion of Construction Works (Section 1)” shall be applied only for the portion of the Construction Works under the Contract, a Column
“B-2: Portion of Operation and Maintenance Works (Section 2)” shall be applied only for the portion of the Operation and maintenance Works under the
Contract, and both column combined means that the paragraphs / sentences are applicable for the entire Contract
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 1.1.1.1 Add to the end of Sub-Clause 1.1.1.1, the following:
“For the purpose of defining the activities and obligations for the portion of Construction Works under the Contract, as defined in the following paragraph.
“Contract” means that portion of the Contract that relates to the Improvement of Water Supply System including Operation and maintenance of Transmission & Distribution Pipes, Pumping Stations, Service Connections and Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP Command Area, Package 2 ( West Zone ), as the Section 1 in the Table: Summary of Sections.
Such definitions are for convenience only and shall not affect the rights or obligations of the Employer and the Contractor under the Contract.”
Add to the end of Sub-Clause 1.1.1.1, the following:
“For the purpose of defining the activities and obligations for the portion of Operation and Maintenance Works under the Contract, as defined in the following paragraph.
“Contract” read as “O&M Contract”, means that portion of the Contract that relates to the Operation and Maintenance of existing and newly constructed Works for Transmission and Distribution Pipes with Appurtenances, Pumping Stations, UGRs, Service Connections and Consumer Meters, SCADA system, along with DMA formation and Water Losses Reduction in Chandrawal WTP Command Area, Package 2 (West Zone), as the Section 2 in the Table: Summary of Sections.
Such definitions are for convenience only and shall not affect the rights or obligations of the Employer and the Contractor under the Contract.”
Sub-Clause 1.1.1.9 No amendment of this Sub-Clause “Bill of Quantities” shall be read as “Price Schedule O&M”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 137
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 1.1.1.11 Add new Sub-Clause 1.1.1.11 with:
“Works Requirements” means the document entitled Works Requirements as Section VI Works Requirements of the Contract including the Specifications and Drawings, and any additions and modifications to such document in accordance with the Contract. Such document specifies the purpose, scope, and/or design and/or other technical criteria, for the Works.
Sub-Clause 1.1.2.13 Add New Sub-Clause 1.1.2.13 as:
““Competent Authority” is any agency, legislative, judicial or executive authority, department, ministry, public or statutory person, whether autonomous or not of the Government of India or Government of NCT of Delhi or any other sub-division or instrumentality thereof.”
Sub-Clause 1.1.3.5 Add to the end of Sub-Clause 1.1.3.5, the following:
“Taking Over" shall not mean physical taking over of the works by the Employer. The Contractor shall carried out the O&M Contract of the Defect Notification Period immediately from the date on which the Works or Section is completed as certified under Sub-Clause 10.1 [Taking Over of the Works and Sections].”
Unless otherwise stated in the B-2: Portion of Operation and
Maintenance Works (Section 2) of the Part B Specific Provision,
“Taking-Over Certificate” shall be read as “Final Contract
Completion Certificate” that means a certificate issued under Sub-
Clause 11.12[Final Contract Completion Certificate].
Sub-Clause 1.1.3.10 No amendment of this Sub-Clause Add New Sub-Clause 1.1.3.10 as:
“Operation and Maintenance Period (O&M Period)” is the time period during which the Contractor shall be fully responsible for operation and maintenance of the Works, from the date notified under Sub-Clause 8.1[Commencement of Works] to the Time for Completion of Section 2 specified in the Contract Data.”
Sub-Clause 1.1.3.11
Final Contract No amendment of this Sub-Clause Add new Sub-Clause 1.1.3.11 with:
““Final Contract Completion Certificate” means the certificate
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 138
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Completion
Certificate
issued by the Engineer upon satisfactory completion of the Operation and Maintenance at physically handed over to the Employer, in accordance with Sub-Clause 11.12[Final Contract Completion Certificate].
Sub-Clause 1.1.5.4 No amendment of this Sub-Clause Sub-Clause 1.1.5.4 shall read as:
“Permanent Works” means the works specified in the Works Requirements for Operation and Maintenance to be executed by the Contractor under the O&M Contract.
Sub-Clause 1.1.5.8 No amendment of this Sub-Clause Sub-Clause 1.1.5.8 shall read as:
““Works” mean the Permanent Works and the Temporary Works, or either of them as appropriate, under the O&M Contract.”
Sub-Clause 1.1.6.11 No amendment of this Sub-Clause Add New Sub-Clause 1.1.6.11 as:
“Penalty” means payable by the Contractor to the Employer, for not meeting contract requirements under the O&M Contract, in accordance with the Service Level Agreement and the Works Requirements in the Contract.”
Sub-Clause 1.1.6.12 No amendment of this Sub-Clause Add New Sub-Clause 1.1.6.12 as:
“Zonal Water Management Centre (ZWMC)” or “Local water Management Centre (LWMC)” means to control operation of the water supply systems by acquired information from the SCADAs for monitoring, controlling, demand forecasting and NRW management, in the service area. The ZWMC forwards the data / information to the Central Water Management Centre at the Chandrawal WTP at all times for the
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 139
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) water management of entire Chandrawal WTP command area. The Scope of works and Requirements for the ZWMC/LWMC works are defined in the Section VI Works Requirements.”
Sub-Clause 1.2
Interpretation Add sub-paragraphs (f) to Sub-Clause 1.2, as follows:
“(f) Words importing persons or parties shall include firms and corporations and any organization having legal capacity.”
Sub-Clause 1.5
Priority of
Documents
Delete the sequence of priorities and replace with:
(a) the Contract Agreement and the Appendices,
(b) the Letter of Acceptance,
(c) the Letter of Technical Bid,
(d) the Letter of Price Bid
(e) the Corrigendum and Addendum and reply to Pre-Bid Queries issued,
(f) the Particular Conditions – Part A,
(g) the Particular Conditions – Part B,
(h) the General Conditions,
(i) the Works Requirements,
(j) the Completed Schedules,
(k) the Contractor’s Proposal, post Bid-opening correspondence and any other documents forming part of the Contract.
If an ambiguity or discrepancy is found in the documents, the Engineer, shall determine any necessary clarification or instruction.
Sub-Clause 1.8 Add to the end of Sub-Clause 1.8 the following;
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 140
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Care and Supply of
Documents
“Failure to issue such notice by the Employer or the Engineer to the Contractor in respect of any error in the Contractor’s Documents shall not in any manner relieve the Contractor of its obligation to ensure the correctness and accuracy of the Contractor’s Documents, and their compliance with the requirements of the Contract.”
Sub-Clause 1.15
Inspections and
Audit by the
Employer
Replace Sub-Clause 1.15 with:
“The Contractor shall establish exclusive local bank account for the Project under direct operation of the Contractor’s Representative or person appointed by the Contractor.
The Contractor shall permit the Employer and/or persons appointed by the Employer to inspect the Contractor's accounts and records relating to the performance of the Contract.”
Sub-Clause 1.16
Audit by the
Employer
No amendment of this Sub-Clause Add New Sub-Clause 1.16 as:
“Operation and Maintenance:
Employer may conduct a technical inspection and audit of the Facilities and perform an analysis of any operation Employer deems necessary. Before any such inspection, the Employer shall give prior written notice of three days to the Contractor. The Contractor shall at the Contractor’s sole cost and expense provide all assistance to Employer for completing these inspections. Such audits may cover all or any of the obligations of the Contractor without limitation, as follows:
(a) Verification of the system capacity, save for normal wear and tear, during the Operation and Maintenance Period.
(b) Verification of the performance standards and useful life of the individual assets of the Facilities, save for normal wear and tear, during the Operation and Maintenance Period.
(c) Verification of the capacity of the Facilities to meet Contract
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 141
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) objectives during the residual life of the Facilities save for normal wear and tear expected during such residual life.
(d) Sampling, testing and verification of the supplied and distributed clear water.”
Sub-Clause 2.3
Employer’s
Personnel
The Employer's personnel are as follows:
i) For signing the Contract:
a. The Engineer-in-Charge (Civil Work) -as Principle.
Executive Engineer (EAP) -I
Room No. 501, Varunalaya Phase:I, Karol Bagh, New Delhi 110005, and
b. The Engineer-in-Charge (E&M Work)
Executive Engineer (E&M) WC-II (TYR)
Chandrawal Water Works No.1, Civil Lines, Delhi-110054
Sub-Clause 2.6
Operating License
No amendment of this Sub-Clause Add New Sub-Clause 2.6 as:
“The Competent Authority shall issue royalty-free license to the Contractor the Operating Licenses or equivalent legal authorization to enable the Contractor to operate and maintain the Facilities during the Operation and Maintenance Period at the end of the preparatory period.
The Operating License shall only extend to those parts of the Site which it is required to occupy for the purpose of carrying out the Works and Operation and Maintenance as set out in the Contract. The operating license granted pursuant to this Clause shall not operate nor be deemed to operate as a tenement or a demise of the
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 142
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) Site or any part thereof.
The Contractor shall not have or be entitled to any estate, right, title or interest in the Site/Facilities.
The License will immediately terminate upon termination of this Contract for Whatever reason.”
Sub-Clause 2.7
Employer’s right to
rectify during
Operation and
Maintenance
No amendment of this Sub-Clause Add New Sub-Clause 2.7 as:
“The Employer retains the right, at the risk and cost of Contractor, to perform any of the material obligations on default of the Contractor.”
Sub-Clause 2.8
Additions /
Modifications to the
Facilities
No amendment of this Sub-Clause Add New Sub-Clause 2.8 as:
“During Operation and Maintenance Period, any additions or major modifications to the Facility sought by the Employer beyond scope of work over and above those required under this Contract, including but not limited to expansion of the Facility, shall be carried out by the Contractor at the expense of the Employer, in accordance with Sub-Clause 3.3 [instructions from the Engineer].”
Sub-Clause 3.1
Engineer’s Duties
and Authority
Added the following paragraph at the end of Sub-Clause 3.1with:
“The Employer has appointed the Project Monitoring and Supervision Consultants (PMSC) and named in the Contract Data, to assist the Engineer for the Contract Supervision of the works in the Contract including review of plans and designs, preparation of variation reports (if required), monitoring work progress (including conducting progress review meeting), assist in supervising and monitoring of the works to ensure quality of all works, dispute resolution, environmental monitoring.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 143
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 3.6
Management
Meetings
Add new Sub-Clause 3.6 with:
"The Engineer or the Contractor's Representative may require the other to attend a management meeting in order to review the arrangements for future work. The Engineer shall record the business of management meetings and supply copies of the record to those attending the meeting and to the Employer. In the record, responsibilities for any actions to be taken shall be in accordance with the Contract"
Sub-Clause 4.1
Contractor’s
General Obligations
Replace in the third paragraph: “as defined by the Bank” with:
“as defined by the Loan Agreement between the Bank and the Borrower”.
No amendment of this Sub-Clause Add at the end of Sub-Clause 4.1:
“During the Preparatory Period for the operation and maintenance, the Contractor shall be responsible for completing the requirements in accordance with the Works Requirements and for the fulfilment of its obligations under the Conditions of Contract, for ready to execute the Works of the Operation and Maintenance during Construction phase.
During the Operation & Maintenance Period, the Contractor shall undertake the continuous and equitable (24 x 7) Water supply to the customers and stakeholder, through all services relating to operation and maintenance of the project facilities in conformity with the portion of Operation and maintenance as per the Works Requirements and for the fulfilment of its obligations under the Conditions of Contract, including followings:
(a) The Contractor shall ensure that the water supply available in his
service area will be exclusively used for the purpose specified
under this O&M Contract as permitted under the existing rules
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 144
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) and regulations of the Employer.
(b) The Contractor shall ensure continuous pressurized water supply
to all customers at prescribed service levels in the Works
Requirements, including standby operations through tankers in
times of emergency.
(c) The Contractor shall develop and maintain in a good order and
up to date the inventories, maps, GIS based maps, O&M manual
and any other technical documents that are needed to operate the
project facilities in addition to the preparation of long term asset
management.
(d) The Contractor shall comply with the Operation Management
Requirements as provided for in the Contract and any revisions
thereof which are agreed during the Contract Period.
(e) The Contractor shall follow the requirements of the sub-Clause
4.26 [Operation & Maintenance Plan and the Operation and
Maintenance Manuals] No significant alternation to such
arrangements and methods shall be made without the prior
approval of the Employer.
(f) The Contractor shall plan, manage, co-ordinate and execute the pumping and Zonal Water Management Centre operations and other appurtenant works and its maintenance.
(g) The Contractor shall be responsible for the routine as well as any capital (facilities) replacement that may be required either to meet or enhance the Works Requirements.
(h) The Contractor shall be responsible for ensuring that the works
remain fit for the purposes for which they are intended.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 145
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Clause 4.2
Performance
Security
In the second paragraph of the Sub-Clause, to delete a sentence of:
",or in another form approved by the Employer"
Replace the second paragraph of the Sub-Clause with:
“The Contractor shall deliver the Performance Security of the Section 2 works to the Employer at following Schedule:
(a) First Performance Security of O&M: within 28 days before the end of the Preparatory period,
(b) Second Performance Security of O&M: within 28 days before commencement date of Operation and maintenance during Post-Construction Phase
and shall send a copy to the Engineer. The Performance Security shall be Bank Guarantee issued by any Scheduled Bank of India approved by RBI or any scheduled foreign bank with business in India issued by a reputable bank or financial institution selected by the Contractor, and shall be in the form annexed to the Particular Conditions, as stipulated by the Employer in the Contract Data, or in another form approved by the Employer.”
Delete the sixth paragraph of the Sub-Clause and insert with:
“The Performance Securities of Section 2 shall be returned to the Contractor at following schedules:
(a) First Performance Security of O&M: within 28 days after receiving the Performance Certificate of Section 1 Works, and Second Performance Security received by the Employer.
(b) Second Performance Security of O&M: return to the Contractor within 28 days after receiving the Final Contract Completion Certificate.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 146
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 4.4
Subcontractors
Add to the end of Sub-Clause 4.4, the following:
“In the contract, “Specialist Subcontractor” means a subcontractor whose experience in the key activities was evaluated in the Technical Bid and is stated in the Contract. During the execution of the work, the Contractor shall not alter the composition without the prior consent of the Engineer.”
Add to the end of Sub-Clause 4.4, the following:
“Operation and maintenance:
The Contractor shall not delegate its responsibilities nor subcontract any part of the services to be provided by him without prior written consent of the Employer. If the Contractor subcontracts its responsibilities or subcontracts any part of its responsibilities, the Contractor shall not be relieved from any liability or obligation under this Contract and the Contractor shall continue to be responsible for the act, defaults or negligence of any Subcontractor, as fully as if it were the acts, defaults or negligence of the Contractor, its officers, employees or agents.
The period of validity of any contractual commitment for provision of service or material or personnel to the facilities or any subcontract entered into by the Contractor with any party shall not extend beyond the expiration of this Contract.”
Clause 4.6
Co-operation Insert new third paragraph (before the paragraph beginning with the words “If, under the Contract,”).
“The Contractor shall be responsible for his activities of the works on the Site, and shall coordinate his own activities with those of other contractors to the extent (if any) specified in the Works Requirements.”
Add to the end of Sub-Clause 4.6, the following:
“During Operation and Maintenance Period, the Contractor shall co-operate with the Employer and the Engineer in the implementation of the communications program to foster ownership of the project by the local stakeholders and encourage their support for the work.”
Clause 4.8
Safety Procedure No amendment of this Sub-Clause Add to the end of Sub-Clause 4.8, the following:
“During Operation and Maintenance Period, the Contractor shall
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 147
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) develop, implement and administer a surveillance and safety program for the O&M Contract works, the users engaged in the provision of any services under any of the O&M Contract, including correction of safety violations and deficiencies, and taking of all other actions necessary to provide a safe environment in accordance with the requirement of the O&M Contract, applicable laws and good industry practice.”
Sub-Clause 4.13
Rights of Way and
Facilities
No amendment of this Sub-Clause Add the following paragraph at the end of Sub-Clause 4.13:
“The Contractor shall follow the Employer’s procedures before commencing any work on any stretch of road during the O&M Contract Period.”
Sub-Clause 4.18
Protection of the
Environment
No amendment of this Sub-Clause Add to the end of Sub-Clause 4.18, the following:
“Disposal of Residue during Operation and Maintenance
(a) Residuals Management:
(i) The Contractor shall dispose of the water facilities residual, sediments, excavation surplus material at a place designated by the Employer and make all necessary arrangements with the owner operator thereof for the disposal of all Residues.
(ii) All cost & expense of residual disposal shall be borne by the Contractor.
(b) Records:
The Contractor shall maintain such logs, records, manifests, bills of lading or other documents as the Employer may
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 148
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) deem to be necessary or appropriate to comply with Legal Entitlements and to monitor and confirm compliance by the Contractor and shall collect and prompt provide the Employer with a copy of all weight and measures data and information relating to residual quantities generated and disposed thereof.
Clause 4.19:
Electricity, Water
and Gas
Add following sentence after end of Sub-Clause 4.19:
“Electricity
a) For Construction purposes, the Contractor shall arrange and provide at his own cost electric connection of suitable load from Electricity Supply Agency. All electricity charges during construction period shall be borne by the Contractor. The Contractor shall keep ready Generators of adequate capacity as standby arrangement in case of electric failure during construction for running of pump sets, vibrators, mixers, needle sets and electric sets and other electrically operated construction equipment etc. at his own cost. However, the Engineer will issue essentially certificate in favour of the Contractor for obtaining a temporary electric connection from Electricity Supply Agency. The cabling for electric connection shall be arranged by the Contractor himself at his own cost. The non-availability/ sanction of electric connection shall be no excuse for delay in completion of work.
b) For approval of entire electrical installation including
Add following sentence after end of Sub-Clause 4.19: “Electricity
a) For Operation and Maintenance period, permanent power connection shall be obtained by the Contractor/ as per the requirement from Electric Supply Agency. For Permanent connection all the statutory deposits/fees as required by the Electric Supply Agency shall be paid by the Employer directly. However, follow up and liaison with statutory authorities and all other expenses are in the Contractor’s scope.
The Employer will pay directly the power component of the O&M cost as per the prevailing tariff notified by the NDPL or any other authorized agency from which power is drawn.
In case the total power drawn is more than the guaranteed figures, the cost of additional power shall be borne by the contractor. However, the Contractor should not be responsible for the cases out of the given conditions in the contract.
The settlement of such payments shall be made on a quarterly basis.
b) Customer Service Offices
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 149
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) DG Sets, H.T. Side shall be obtained by the Contractor at his own cost from electrical inspector and no cost will be reimbursed by the Employer on this account.
The electrical connection shall be in the name of the Employer. The electric supply shall be provided at one point to the Contractor for usage for project works. Rate of power per unit will be worked out on the basis of demand charges, equipment charges, misuse charges, if any, and any other charges/penalty levied by electric supply authority.
If needed, approval of entire electrical installation shall be obtained by the Contractor at his own cost from electrical inspector NCT of Delhi and no cost will be reimbursed by the Employer on this account. All electricity charges during construction period shall be borne by the Contractor.
Water
a) The Water required for construction purpose shall be arranged by Contractor at his cost. The Employer will not be responsible for any supply of water during construction phase and no time extension will be granted on account of non-availability of water.
b) If contractor makes his own arrangement for construction and drinking purposes, he will ensure that the quality of water conforms to relevant BIS standards as applicable according to the use to which
The Employer will pay directly the power consumption in these offices as per the prevailing tariff notified by the BSES or any other authorized agency from which power is drawn
Water
During the O&M period, permanent water connection shall be provided by the Employer. Deposit/fees, if any, required by the Employer shall be paid by Contractor and reimbursed by the Employer. All other works/expenses etc. are in the Contractor's scope. All maintenance and running expenses shall be borne by the Contractor.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 150
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) the water is being put to. The quality of water shall be got tested as per BIS by the Contractor at his own cost at the Employer's laboratory or any other laboratory approved by the Engineer. The contractor shall make arrangements for obtaining necessary permissions for use of ground water in constructions period
c) Wherever Delhi Jal Board water is made available to the contractor for construction and drinking purpose recovery @ 1% of the gross amount of civil & erection of E&M works done shall be made. The ferrule connection with the the Employer main and the pipeline upto the site shall be provided by the contractor at his own cost.
d) Water for Hydraulic Testing: Water required for Hydraulic testing during the process of laying of pipelines shall be arranged by the contractor from his own resources.
e) Water for Flushing of Pipelines: Water for maximum two flushing will be provided by the Employer, third flushing if required will be charged @ Rs. 50/KL
Clause 4.20
Employer’s
Equipment and
Free-Issue Materials
Replace the Sub-Clause 4.20 with the following:
“Employer does not have provision for any equipment and Free Issue of Materials.”
Clause 4.21:
Progress Reports Replace the first sentence of Sub-Clause 4.21 with the following:
The Contractor shall submit Progress Report and other Reports in accordance with the Works Requirements.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 151
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) “Monthly Progress Report (six copies), along with photographs depicting the progress achieved in the month, shall be prepared by the Contractor in a format approved by the Engineer and the Employer and submitted to the Engineer.”
Insert 4.21 (i) at the end of Sub Clause 4.21 (h):
"Progress Reports to include Resource Plan and Fund Flow Graph on Prima Vera reflecting actual resource utilization / funds utilized vis-a-vis programmed vide Sub Clause 8.3. Soft copies of the reports also to be submitted.”
Clause 4.23
Contractor’s
Operations on Site
No amendment of this Sub-Clause “Taking-Over Certificate” read as “Final Contract Completion Certificate”
Add to the end of Sub-Clause 4.23, the following:
“The Contractor may retain on Site throughout the time for Operation and Maintenance only such Contractor’s Equipment, Temporary Works and material as are required for Operation and Maintenance and the rectification of defects. Clearance of the Site upon issue of the Performance Certificate shall be performed according to Sub-Clause 11.11 [Clearance of Site].”
Sub-Clause 4.25
As-Built Documents Add new Sub-Clause 4.25 with:
“The Contractor shall prepare, and keep up-to-date, a complete set of “as-built” records of the execution of the Works, showing the exact as-built locations, sizes and details of the work as executed. These records shall be kept
Add new Sub-Clause 4.25 with:
The Contractor shall prepare, and keep up-to-date, a complete set of “as-built” records of the execution, changes the facilities during the Operation and maintenance Period, showing the exact as-built locations, sizes and details of the work as executed. These records
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 152
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) on the Site and shall be used exclusively for the purposes of this Sub-Clause. Two copies shall be supplied to the Engineer prior to the commencement of the Tests on Completion.
In addition, the Contractor shall supply to the Engineer as-built drawings of the Works showing all Works as executed, and submit them to the Engineer for review under this Sub-Clause. The Contractor shall obtain the consent of the Engineer as to their size, the referencing system, and other relevant details.
Prior to the issue of any Taking-Over Certificate, the Contractor shall supply to the Engineer the specified numbers and types of copies of the relevant as-built documents and the updated GIS maps of the primary, secondary and tertiary water networks including the water service connections, in accordance with the Works Requirements.
The Works shall not be considered to be completed for the purposes of taking-over under Sub-Clause 10.1 [Taking Over of the Works and Sections] until the Engineer has received and approved these documents.”
shall be kept on the Site and shall be used exclusively for the purposes of this Sub-Clause. Two copies shall be supplied to the Engineer prior to the commencement of the Sub-Clause 9.5 [Joint Inspection Prior to Contract Completion] and Sub-Clause 9.6 [Procedure for Tests Prior to Contract Completion].
Prior to the issue of any Final Contract Completion Certificate, the Contractor shall supply to the Engineer the specified numbers and types of copies of the relevant as-built documents and the updated GIS maps of the primary, secondary and tertiary water networks including the water service connections, in accordance with the Works Requirements.
The Works shall not be considered to be completed for the purposes of hand-over under Sub-Clause 11.12 [Final Contract Completion Certificate] until the Engineer has received and approved these documents.”
Sub-Clause 4.26
Operation and
Maintenance Plan
and Operation and
Maintenance
Manuals
Add new Sub-Clause 4.26 with:
“Unless otherwise stated in the Contract, the Contractor shall supply to the Engineer the “Draft Operation and Maintenance Manual”, which is provisional Operation and Maintenance manuals in sufficient detail for the commissioning and trial-run to operate, maintain,
Add new Sub-Clause 4.26 with:
“Unless otherwise stated in the Contract,
(a) In the Preparatory period of O&M,
The Contractor, three months before the end of the Preparatory Period, shall submit to the Engineer the Operation and
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 153
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
dismantle, reassemble, adjust and repair the water supply system, 21 days prior to commencement of the Tests on Completion of Section 1 specified in Part A. Contract Data.
Prior to complete the Construction Workss of Section 1, the Contractor shall complete and submit to the Engineer for approval, the “Operation and Maintenance Manual (O&M Manual)”, which shall be a comprehensive include and address the operation, maintenance, emergency response, repair, corrosion protection, staffing, staff training, health and safety practices and other requirements of the Works Requirements. The equipment has to run and maintain as per manufacturer’s requirements, CPWD schedule, IER & CPHEEO manual etc.
The Works shall not be considered to be completed for the purposes of taking-over under Sub-Clause 10.1 [Taking Over of the Works and Sections] until the Engineer has received the Operation and Maintenance Manuals in such detail, the updated GIS maps of the primary, secondary and tertiary water networks including the water service connections and any other manuals specified in the Works Requirements for these purposes.
Maintenance Plan of the Project Facilities in conformity with the O&M Works Requirements and Performance Standards.
The Contractor shall include in his plan the standards, schedules, procedures, type, periodicity and other details of the operation and maintenance activities to be carried out during the O&M Period to meet the O&M Requirements as well as details of the management, reports to be submitted and procedure for reviews, including the development of a mechanism for handling the water customers complaints.
After the approval of the plan by the Engineer, the Contractors hall finalize the O&M Plan and start implementing it from the first day of the O&M During Construction Phase.
(b) In the O&M during Construction Phase,
the Operation and Maintenance Plan shall be updated regularly, which shall be covered newly constructed facilities time to time. This updated Operation and Maintenance Plan shall be the base for the Draft Operation and Maintenance Manual.
(c) In the O&M during Post-Construction,
The Contractor shall carry out Operation and Maintenance works in accordance with the Operation and Maintenance Manuals (O&M Manual), and updating manual in the O&M During Post-Construction Phase. With the prior consent of the Engineer, the O&M manual shall be updated when it is necessary with keeping in view the guidelines given in CPHEEO manual (latest), IER, CPWD schedule and
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 154
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) manufacturer’s recommendations.
Prior to completion of the O&M Contract, the Contractor shall supply to the Engineer updated final Operation and Maintenance manuals in sufficient detail for the Employer to operate, maintain, dismantle, reassemble, adjust and repair the Plant.
The Works shall not be considered to be completed for the purposes of Final Contract Completion Certificate under Sub-Clause 11.12 [ Final Contract Completion Certificate] until the Engineer has received updated final operation and maintenance manuals in such detail, and any other manuals specified in the Works Requirements for these purposes.”
Sub-Clause 4.27
Operation and
Maintenance
Administrative
Offices
No amendment of this Sub-Clause Add new Sub-Clause 4.27 with:
“The Contractor shall establish the necessary administrative offices in accordance with the Works Requirements in addition to what has been handed over to him from the Employer. The Contractor shall maintain these offices to be in good operational condition. The Contractor shall modify these administrative offices to guarantee a good quality of service and customer care.
The Contractor shall establish new customer service offices in accordance with the Works Requirements. The necessity of these offices will be decided by the Engineer. The Contractor shall provide the new connections in the shortest possible time for the supply and installation of the connection with the water meter after approval of the Employer.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 155
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 6.7
Health and Safety Add to the end of first paragraph of Sub-Clause 6.7, the following:
“In the event of any outbreak of illness of an epidemic nature, the Contractor shall comply with and/or carry out all such regulations, orders and/or requirements as may be applicable, including those imposed by various governments and the local medical or sanitary authorities.”
Insert to between third and fourth paragraph of Sub-Clause 6.7, the following:
“The Contractor is required to follow the Employer’s safety Code and guidelines published by National Human Rights Commission (N.H.R.C) as attached as Annexure, Volume 4 of the Bid Document.”
Sub-Clause 6.8
Contractor’s
Superintendence
No amendment of this Sub-Clause Add at end of the first paragraph of Sub-Clause 6.8, with the following:
“including the provisions of the Operation and Maintenance Works in accordance with his obligations under the Contract.”
Sub-Clause 6.9
Contractor’s
Personnel
No amendment of this Sub-Clause:
Add to the end of paragraph of Sub-Clause 6.9, with the following:
“Contractor‘s Personnel for Operation and Maintenance
The operators and maintenance personnel for the Works, including Plant operators shall have the appropriate experience and qualifications to perform the Operation Service required under the contract. The names, with details of their qualifications and experience, of all operation and maintenance personnel shall be submitted to the Employer for approval, and no such personnel shall be engaged prior to receiving such approval.
The Contractor shall submit, within a reasonable period before
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 156
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) commencement of the Works for the O&M Contract, the proposed Deployment Program for all necessary number of qualified and trained personnel as specified in the Contract and the technical schedule to perform its obligations during the Operation and Maintenance Period, for approval by the Engineer, in accordance with Sub-Clause 6.8 [Contractor’s Superintendent] and Sub-Clause 6.9 [Contractor’s Personnel]. Such Deployment Program shall show details of qualifications and experience of personnel, especially, which is essential for proper superintendence and systematic and professional management of all Operation and Maintenance works as per Works Requirements.
The Engineer will either approve the submittal or provide comments thereon to the Contractor within 14 days of submission by the Contractor.
None of the Contractor’s key personnel shall be withdrawn from the Works without due notice being given to the Engineer. Further, no such withdrawals shall be made if in the sole opinion of Engineer, such withdrawals will jeopardize the progress and timely, successful completion of the Works.
If the Contractor fails to provide the required personnel responsible for Operation and Maintenance of the Facilities, the contractor will be subjected for penalty in accordance with Service Level Agreement/ Works Requirements. .
All Contractors personnel employed at any time during the Operation and Maintenance Period will be provided by the Contractor. The Employer is not liable for personnel in any way and cannot be held responsible in the event of litigation of any sort between the Contractor and members of the Contractor’s plant
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 157
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) personnel or their representatives or non-performance of obligations due to any strike or other industrial action by the Contractors workmen (including those of its Subcontractors, suppliers etc.).”
Sub-Clause 6.10
Records of
Contractor’s
Personnel and
Equipment
Add to the end of Sub-Clause 6.10, the following:
“Submission of Fortnightly Record of Labour
The contractor shall submit by the 4th and 19th of every month, to the Engineer a true statement showing in respect of the second half of the preceding month and the first half of the current month respectively:
(i) The number of labourers employed by him on the work,
(ii) Their working hours,
(iii) The wages paid to them,
(iv) The accidents that occurred during the said fortnight showing the circumstances under which they happened and the extent of damage and injury caused by them, and
(v) The number of female workers who have been allowed maternity benefit and the amount paid to them.”
Sub-Clause 7.1
Manner of Execution Add Sub-paragraph (d) after Sub-paragraph (c) as follows:
“(d) Good Industry Practice: In respect of the Contractor, its Subcontractors, and all other such third party agents of the Contactor, practice, methods, techniques and standards, as changed from time to time, that are generally accepted for use in international water facility construction, development, Operation and Maintenance taking into account current conditions in India.”
Add new Sub-paragraph (e) as follows:
“The Contractor shall incorporate good management practices and appropriate technologies required for meeting the O&M Contract requirements and Performance Standards, and upkeep of the Facilities.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 158
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 7.9
Periodical Visit
during O&M period.
No amendment of this Sub-Clause Add New Sub-Clause 7.9 as:
“At the end of each twelve-month period, or at the initiative of Employer, a visit shall be organized, so that both Contractor and the Employer can check the condition of the installations at the Facilities.
A report shall be written to record the opinions of both parties. The Employer reserves the right to call in equipment manufactures or specialized technicians for these visits.
These visits shall provide an opportunity for examining maintenance programs, operating procedures and improvements requiring additional investments.”
Sub-Clause 8.1
Commencement of
Works
Add Sub-paragraph (e) after Sub-paragraph (d), as follows:
“(e) the date of commencement of works of Section 1 shall be the date of the Notice of Commencement of Works (Section 1) issued by the Engineer.
Replace Sub-Clause 8.1, as following:
“The Commencement Date of the O&M Contract shall be the date at which the following precedent conditions.
(a) For the Preparatory Period of O&M: the date of commencement of works instructed by the Notice of Commencement of Works (Section 1) issued by the Engineer.”.
(b) For the O&M During Construction Phase: Unless otherwise stated in the Works Requirements, the Contractor shall not be executed any part or all of the Operation and Maintenance Works until the following precedent conditions have all been fulfilled and the Engineer’s notification recording the agreement of both Parties on such fulfilment and instructing to commence the Works is issued by the
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 159
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) Engineer:
(i) Completed 4 month of the Preparatory Period,
(i) First Performance Security and Insurances for the O&M
During Post-Construction Phase, approved by the
Employer,
(ii) handed over part or all of the Potable Water supply system(s) to the Contractor for the purpose of Operation and Maintenance,
(iii) the Contractor obtained the Operating Licence(s), specified in the Sub-Clause 2.6,
(iv) the Contractor has submitted Operation and Maintenance Plan and accepted by the Engineer, in accordance with Sub-Clause 4.26, and
(v) Other requirement to be instructed by the Engineer.
(c) For the O&M During Post-Construction Phase: Unless otherwise stated in the Works Requirements, the Contractor shall not be executed any part or all of the Operation and Maintenance Works until the following precedent conditions have all been fulfilled and the Engineer’s notification recording the agreement of both Parties on such fulfilment and instructing to commence the Work is issued by the Engineer:
(i) All Taking-Over Certificates have issued,
(ii) Second Performance Security and Insurances for the O&M During Post-Construction Phase, approved by
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 160
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) the Employer,
(iii) the Contractor has submitted the Operation and Maintenance manual and accepted by the Engineer, in accordance with Sub-Clause 4.26, and
(iv) Other requirement to be instructed by the Engineer.
If the said Engineer’s instruction is not received by the Contractor within 28 days from his receipt of the Letter of Acceptance, the Contractor shall be entitled to suspension of Works for the O&M Contract under Sub-Clause 16.1 [Contractor’s Entitlement to Suspend Work], until Engineer’s instruction issued.
The Contractor shall commence the execution of the Works as soon as is reasonably practicable after the Commencement Date, and shall then proceed with the Works with due expedition and without delay.”
Sub-Clause 8.13
Delays and
interruptions during
Operation &
Maintenance
No amendment of this Sub-Clause Add New Sub-Clause 8.13 as:
“If there are any delays or interruptions during the Operation and Maintenance Works which are caused by the Contractor or by a cause for which the Contractor is responsible, the Contractor shall compensate the Employer for any losses including loss of revenue, loss of profit and overhead losses.
The amount of compensation due shall be agreed according to Sub-Clause 3.5 (Determinations) as per the Works Requirements and Service Level Agreement, and the Employer shall be entitled to recover the amount due by making a corresponding deduction from the next payment due to the Contractor.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 161
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 9.5
Joint Inspection
Prior to Contract
Completion
No amendment of this Sub-Clause Add New Sub-Clause 9.5 as:
“Not less than two years prior to the end of the Operation and Maintenance period, the Engineer and the Contractor shall carry out a joint inspection of the Works and within 30 days of the completion of the joint inspection, the Contractor shall submit a report on the condition of the works identifying maintenance works (excluding routine maintenance), correction of defects, replacements, and other works required to carry out to satisfy the requirements of the Operation and Maintenance Plan.
The Contractor shall submit a program for carrying out such works for approval/modification by the Engineer and shall execute the approved/modified program over the remainder of the Operation and Maintenance Period.
Following receipt of the Contractor’s report, the Engineer may, throughout the remainder of the Operation and Maintenance Period, instruct the Contractor to carry out all or part of the works identified in the Contractor’s report.
Upon satisfactory execution of the program, the Contractor shall commence the Tests Prior to Contract Completion in accordance with Sub-Clause 9.6 [Procedure for Test Prior to Contract Completion].”
Sub-Clause 9.6
Procedure for Tests
Prior to Contract
Completion
No amendment of this Sub-Clause Add New Sub-Clause 9.6 as:
“The Tests Prior to Contract Completion shall be carried out by the Contractor. The Contractor shall provide all necessary labour, materials, electricity, fuel and water. The Contractor shall undertake and complete any required any remedial works that may
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 162
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
be required to pass all the Tests. The Test Prior to Contract Completion shall be carried out in accordance with the Works Requirements.
Tests Prior to Contract Completion shall be carried out towards the end of the Operation and Maintenance Period. The Engineer shall give to the Contractor 21 days’ notice of the date after which the Tests Prior to Contract Completion shall be carried out. Unless otherwise agreed, such Tests shall be commenced within 14 days after this date.
The result of the Tests Prior to contract Completion shall be complied and evaluated by the Engineer and the Contractor. The Contractor shall make result of any tests, inspections, or monitoring available to the Engineer within 7 days of their receipt by the Contractor. Any effect on the results of the Tests Prior to Contract Completion which can reasonable be shown to be due to Prior use of the Works by the Contractor during the Operation and Maintenance Period shall be taken into account in assessing such results.
As soon as the Contractor has successfully completed the Tests Prior to Contract Completion, the Contractor shall notify the Engineer that the Works are ready for final inspection. Upon the Engineers’ completion of the final inspection and being satisfied that the Contractor has satisfied the requirements of the Tests Prior to Contract Completion, the Engineer shall notify the Employer and the Contractor prior to the issue of the Final Contract Completion Certificate on completion of the Operation and Maintenance Period.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 163
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 9.7
Delayed Tests Prior
to Contract
Completion
No amendment of this Sub-Clause Add New Sub-Clause 9.7 as:
“If the Employer incurs Cost as a result of any unreasonable delay by the Contractor in carrying out (the Tests Prior to Contract Completion, the Employer shall be entitled, subject to Sub-Clause 2.5 [Employer's Claims], to payments of any such Cost from the Contractor. Such payments may be deducted by the Employer from any monies due, or to become due, to the Contractor.
If the Contractor fails to commence the Tests within the time period specified under Sub-Clause 9.6 [Procedure for Tests Prior to Contract Completion], the Engineer shall give notice to the Contractor that unless the Tests are commenced within 14 days of this notice the Engineer may order that the Tests Prior to Contract Completion be undertaken by others on behalf of the Employer. In such an event, the Contractor shall accept the results of such Tests as being accurate and the Employer shall be entitled to deduct the costs associated with the undertaking of the Tests by others from any monies due, or to become due to, to the Contractor.
If for the reasons not attributed to the Contractor, the Tests prior to Contract Completion on the Works or Sections cannot be completed during the Contract Period (or any other period agreed upon by both parties), then the Works or the section shall be deemed to have passed the Tests Prior to Contract Completion.”
Sub-Clause 9.8
Failure to Pass Tests Prior to Contract Completion
No amendment of this Sub-Clause. Add New Sub-Clause 9.8 as:
“If the Works or Sections thereof fails to pass the Tests Prior to Contract Completion under Sub-Clause 9.6 [Procedure for Tests Prior to Contract Completion], the Engineer shall be entitled to:
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 164
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) (a) Order further repetition of Tests Prior to Contract
Completion under Sub-Clause 9.9 [Retesting Prior to Contract Completion]
(b) Reject the Works or Sections thereof (as the case may be), in which event the Employer shall have the same remedies against the Contractor as provided under Clause 15 [Termination by Employer]; or
(c) Issue a Final Contract Completion Certificate on completion of the Operation and Maintenance Period, if the Employer so instructs: the Contract Price shall then be reduced by an amount determined jointly by the Engineer and the Employer (in full satisfaction of such failure only), and the Contractor shall then proceed in accordance with his other obligations under the Contract.
In the event of (c) above, if the Works or Sections, fail to pass any of the Tests Prior to Contract Completion and the Contractor proposes to make adjustments' or modifications to the Works or Sections, the Contractor may be instructed by the Engineer that right of access to the Works or Sections cannot be given until a time, that is convenient to the Engineer. The Contractor shall then remain liable to carry out the adjustments or modifications and to satisfy this Test, within a reasonable period of receiving notice from the Engineer of the time that is convenient to the Engineer. However, if the Contractor does not receive this notice during the relevant Contract Period, the Contractor shall be relieved of this obligation and the Works or Sections (as the case may be) shall be deemed to have passed the Tests Prior to Contract Completion.
If the Contractor incurs additional Cost as a result of any
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 165
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) unreasonable delay by the Employer in permitting the Contractor access to the Works or Sections after issue of the Final Contract Completion Certificate on Completion of the Operation and Maintenance Period, either to investigate the causes of a failure to pass any of the Tests Prior to Contract Completion or to carry out any adjustments or modifications, the Contractor shall be paid the additional Cost as determined in accordance with Sub Clause 3.5 [Determination], caused by such a delay plus reasonable profit.”
Sub-Clause 10.5
Completion of
Operation and
Maintenance
Services
No amendment of this Sub-Clause Add New Sub-Clause 10.5 as:
“In order that the Works shall be in the condition required by the Contract at the end of the Operation and Maintenance Period and can be handed over to the Employer in good operating condition, the Contractor shall:
(a) ensure that all components of the Works are fully functional and in good operating condition, suitable for the purposes for which they are intended;
(b) ensure that all defects or damages which may have arisen from the design workmanship, materials, or Operation and Maintenance, have been identified and remedied;
(c) submit a list of spares (based on the manufacture’s recommendation) to be handed over to the Employer to guarantee the O&M of the facilities for two years after the expiry of the O&M Contract period, which shall be agreed by the Engineer. The Contractor shall hand over all spares on the agreed list to the Employer prior the Final Contract Completion Certificate issued.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 166
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) (d) execute all required work of amendment, reconstruction,
repair, and remedying of defects and damage per instructions of the Engineer.
All such work shall be executed by the Contractor at his own cost before handing over the Works. In the event that the Contractor fails to carry out the necessary remedial works, the Engineer shall notify the Contractor, and proceed in accordance with the provisions of Sub-Clause 11.4 (a) and (b). Any costs incurred by the Employer in so doing shall be recoverable from the Contractor and will become a debt due and payable by the Contractor to the Employer and the Employer may, at his sole discretion, recover such amount by invoking the Contractor's bank guarantee provided as Performance Security.
The Contract shall not be considered to be completed until the Final Contract Completion Certificate has been signed by the Engineer and delivered to the Contractor, stating the date upon which the Contractor has completed his operation and maintenance obligations to the satisfaction of the Engineer. The Final Contract Completion Certificate shall be given by the Engineer within 28 days after the end of the Operation and Maintenance Period, or as soon after such date as the Contractor has completed his obligations.
Only the Final Contract Completion Certificate shall be deemed to constitute final certification that the Contractor has satisfactorily fulfilled all of his obligations under the Contract.”
Sub-Clause 11.1
Completion of
Add a new Sub-Clause as follows:
(c) On the completion of construction, the Contractor shall
Add to the end of Sub-Clause 11.1. the following:
“During the Operation and Maintenance Period the Contractor
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 167
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Outstanding Work
and Remedying
Defects
fully reinstate pathways, other local infrastructure, and agricultural land to at least their pre-project condition as recorded by the Contractor in consonance with its obligation in Sub-Clause 4.1.
shall be responsible for repairing and making good any damage or defect occurring during the Operation and Maintenance Period, whether such defect or damage is identified by the Engineer /Employer or observed by the Contractor himself. The Final Contract Completion Certificate on Completion of the Operation and Maintenance Contract described under Sub-Clause 10.6 will not be issued until all defects an damage have been remedied and all outstanding work; including all such items identified during the joint inspection made in accordance with Sub-Clause 9.5 [Joint inspection Prior to Contract completion] have been completed.”
Sub-Clause 11.2
Cost of Remedying
Defects
No amendment of this Sub-Clause Renumber sub-paragraph (c) as sub-paragraph (d).
Insert new sub-paragraph (c):
“(c) improper operation or maintenance which was attributable to matters for which the Contractor was responsible (under Sub-Clauses 4.25 to 4.26 or otherwise), or.”
Add after Sub-Clause 11.2 (d), the following:
"(e) Improper Operation and Maintenance attributable to the Contractor."
Sub-Clause 11.7
Right of Access No amendment of this Sub-Clause Delete the words “the Performance Certificate” and replace with
“Final Contract Completion Certificate”.
Sub-Clause 11.12
Final Contract
Completion
No amendment of this Sub-Clause Add New Sub-Clause 11.12 as:
“On completion of the Operation and maintenance Contract, As certified by the Engineer, the Contractor shall hand over the
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 168
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Certificate Works and the site back to the Employer, subject to the condition that all equipment shall be in good operation condition (with exception of fair wear and tear), any necessary repairs to any component of the Works have been properly carried out, and any and all defects or damages arising from the design, workmanship, materials, or Operation and Maintenance have been remedied, as per Sub-Clause 10.6 [Completion of Operation and Maintenance Services].
Notwithstanding the foregoing, the other services to be performed by the Contractor must be completed before the Contractor will be entitled to receive the Contract Completion Certificate in accordance with this Sub-Clause.
Pre-conditions which must be fulfilled by the Contractor before the Contract Completion Certificate will be issued are:
(a) Inspection in accordance with Sub-Clause 9.5 [Joint Inspection Prior to Contract Completion],
(b) Testing in accordance with Sub-Clause 7.3 [Inspection],
(c) Updating Operation and Maintenance Manual in accordance with Sub-Clause 4.26 [Operation and maintenance manual], providing performance record and data in accordance with Sub-Clause 7.3 [Inspection], and
(d) Remedying defects found during inspection in accordance with Sub-Clause 9.5 [Joint Inspection Prior to Contract Completion].
Upon successful completion of the Contractor’s obligations, the Employer shall take back the Works and the Site and issue a Final
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 169
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) Contract Certificate.”
Sub-Clause 13.3 (c)
Variation Procedure
Add Sub-Clause 13.3 ( c) as following sentence
“The variation proposal shall be estimated by the Item Rate base, and source of rates or price shall be used whichever from following method:
(i) the appropriate rate or price in BOQ / Price Schedule (or
similar work in the BOQ), or Delhi Schedule of Rate
(DSR) as available at the time of variation (as current
price) with the reasonable adjustments in the Conditions
of Contract, or
(ii) the market rate or price added 15% of overhead and profit,
if not applicable of above (i).”
Add following at the end of clause:
In case of Variation, except as otherwise stated in the Contract,
the Employer’s representative shall proceed in accordance
with Sub-Clause 3.5 [Determinations] to agree or determine
the Contract Price by evaluating each item of work, applying
the measurement agreed or determined and the appropriate rate
or price for the item. For each item of work, the appropriate
rate or price for the item shall be the rate or price specified for
such item in the Contract.
No amendment of this Sub-Clause
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 170
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) Variation will be dealt as follows:
(i) The Employer shall have power (a)to make alteration in,
omissions from, additions to, or substitutions for the
original specifications, drawings, designs and instructions
that may appear to him to be necessary or advisable during
the progress of the work, and (b) to omit a part of the
works in case of non-availability of a portion of the site or
for any other reasons and the contractor shall be bound to
carry out the works in accordance with any instructions
given to him in writing signed by the Engineer-in-Charge
and such alterations, omissions, additions or substitutions
shall form part of the contract as if originally provided
therein and any altered, additional or substituted work
which the contractor may be directed to do in the manner
specified above as part of the works, shall be carried out
by the contractor on the same conditions in all respects
including price on which he agreed to do the main work
except as hereafter provided.
(ii) Payment for extra item shall be made as per applicable
DSR 2018 rates as applicable indices on the date of
submission of bid as per CPWD notification. In case, the
rates of extra item of material and/or labour is not
available in the DSR 2018, the contractor will be paid on
analysed rates based on either DSR 2018 or prevailing
market rate + 15% contractor’s profit.
Until such time as an appropriate rate or price is agreed or
determined, the Engineer shall determine a provisional rate or price for the purposes of Interim Payment Certificates as soon
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 171
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) as the concerned work commences.
Sub-Clause 13.5
Provisional Sums
Add after Sub-Clause 13.5 (b) (ii), as follows:
“For any items not covered in the scope of the work, the
Contractor will be paid extra on the following basis:
• For any other provisional sum DSR 2018 with the
applicable indices as on date on the submission of bid
documents shall prevail.
• For any items not covered under DSR 2018, the Contractor will be paid on the basis of market rate + 15%. No escalation shall be paid on these items.”
Add at the end of Sub-Clause 13.5:
“As an exception to the above, the Provisional Sum for the cost of the DB (in Section 1) shall be used for payments to the Contractor of the Employer’s share (one-half) of the invoices of the DB for its fees and expenses, in accordance with GC 20.2. No prior instruction of the Engineer shall be required with respect to the work of the DB. The Contractor shall produce the DB invoices and satisfactory evidence of having paid 100% of such invoices as part of the substantiation of those Statements submitted under Sub-Clause 14.3, which contain requests for payment under the Provisional Sum toward the cost of the DB. The Engineer’s
Add following paragraph before last paragraph of this Sub-Clause, as follows:
“During operation and Maintenance period, the Contractor shall reimburse the cost as per actual under this sub-Clause, for the following required items.
In case, the cost required for extra tankers outside from
Works Requirements, during standby operations through
tankers in times of emergency;
In case, the cost required for fuel for the standby power generators of Pumping Stations; and
In case, the cost of salt for chlorination in accordance with the Works Requirements.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 172
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) certification of such Statements shall be based upon such invoices and such evidence of payment by the Contractor. Contractor’s overhead, profit, etc., shall not be included in the provisional sums for the cost of the DB (in Section 1).”
Sub-Clause 14.1
The Contract Price Add the end of Sub-Clause 14.1, as follows:
“Goods and Service Tax (GST) is applied in the country w. e. f. July 1st 2017, replacing certain existing Taxes and Duties viz. Excise Duty, Service Tax and VAT.
Therefore, the contractor must include for all the applicable tax/s and duties, including Custom Duties, if applicable, in the bid prices and the contract work. The Sub-Clause 13.7 [Adjustments for Changes in Legislation], shall remain applicable, as required.
Sub-Clause 14.2
Advance Payment Add end of Sub-Clause 14.2. as follows:
“The Contractor shall use the advance payment only for the
purpose of execution of the Contract. The Contractor shall
submit the advance payment utilization Certificate with the
statement issued by the authorized Contractor’s person,
within 1 month from the Advance payment received by the
Contractor.”
No advance payment is applicable.
Sub-Clause 14.3
Application for
Interim Payment
Certificates
Add the following at the end of first paragraph of Sub-Clause 14.3:
“In case of supplied plant and equipment, inspection and
Add to the end of Sub-Clause 14.3. the following:
“The Contractor shall not submit the Application for Interim Payment Certificates to the Engineer during the Preparatory
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 173
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) testing clearance certificates shall also be enclosed as support documents.”
Period of the O&M Contract.”
Sub-Clause 14.4
Schedule of
Payments
No amendment of this Sub-Clause Add to the end of Sub-Clause 14.3. the following:
“Schedule of Payment under the O&M Contract:
The schedule of payments shall be adjusted by penalties and incentives determined by the Engineer, related to the execution of the Works in accordance with the requirements in the Service Level Agreement and the conditions specified in the Works Requirements.”
Sub-Clause 14.4
Payment of
Retention
Money
Add following new paragraph between fifth and sixth
paragraph (before the last paragraph) of this Sub-Clause
as:
“When the deposit of accumulated sum of Retention Money reaches more than 50% of the Retention Amount limit and the Contractor submits the Bank Guarantee, the Engineer may certify for the release of Retention Money against the Bank Guarantee.”
Not Applicable.
Sub-Clause 14.7
Payment
No amendment of this Sub-Clause Add to the end of Sub-Clause 14.7. the following:
“The Employer shall not pay any expenses during the Preparatory Period for Operation and Maintenance.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 174
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 14.15
Currencies of
Payment
Replace the entire Sub-Clause 14.15 with the following:
“The Contract Price shall be paid in the currency or currencies in which the bid price was expressed in the Letter of Bid. If more than one currency is so named, payments shall be made as follows:
(a) payment of the damages specified in GC 8.7, shall be made in the currencies and proportions specified in the Letter of Bid;
(b) other payments to the Employer by the Contractor shall be made in the currency in which the sum was expended by the
Employer, or in such currency as may be agreed by both Parties;
(c) if any amount payable by the Contractor to the Employer in a particular currency exceeds the sum payable by the Employer to
the Contractor in that currency, the Employer may recover the balance of this amount from the sums otherwise payable to the
Contractor in other currencies; and
(d) the applicable rates of exchange shall be those prevailing on the Base Date and determined by the central bank of the
Country.”
Sub-Clause 14.16
JICA’s
Disbursements
Add new sub-clause 14.16 as following;
“In accordance with the Loan Agreement, following disbursement procedure shall be applied:
(a) Commitment Procedure shall be applied to the foreign
currencies payments. Letter of credit opening,
extension, amendment, negotiation charges and
maintenance charge will be borne by DJB. The
contractor’s bank charges and document discrepancy
charges will be borne by the contractor.
(b) Reimbursement Procedure shall be applied to
local/foreign currency/payment.
No amendment of this Sub-Clause
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 175
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 15.6
Corrupt or
Fraudulent Practices
Replace the entire Sub-Clause 15.6 with the following:
If the Employer determines, based on reasonable evidence, that the Contractor has engaged in corrupt, fraudulent, collusive or
coercive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the
Contractor, terminate the Contract and expel him from the Site, and the provisions of Clause 15 shall apply as if such termination
had been made under Sub-Clause 15.2 [Termination by Employer].
Should any employee of the Contractor be determined, based on reasonable evidence, to have engaged in corrupt, fraudulent or
coercive practice during the execution of the work then that employee shall be removed in accordance with Sub-Clause 6.9
[Contractor’s Personnel].
Sub-Clause 17.2
Contractor’s Care of
the Works
No amendment of this Sub-Clause Add to the end of Sub-Clause 17.2, the following:
“The Contractor shall also be responsible for the care of the Facilities during the Operation and Maintenance Period in accordance with the requirement of the License Agreement pursuant to Sub-Clause 2.6 [Operating License].
Notwithstanding anything on the contrary stated in the Contract, the Contractor shall also be responsible for any part of the Works for which Taking-Over Certificate is issued.
The Contractor shall also take full responsibility for any outstanding work which he shall have undertaken to complete during the Operation and Maintenance Period until all such outstanding work is completed.
Subject to the provisions of Sub-Clause 17.6 [Limitation of Liability], the Contractor’s risks during the Operation and
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 176
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) Maintenance Period are:
(a) All risks resulting or arising from the design (if any) or construction of the Works, or the Materials used therein, notwithstanding any testing carried out by or approved or witnessed by the Engineer;
(b) All risks resulting from the excavation, installation and repair of the water network and reinstatement of the roads, streets and high ways; and
(c) All risks resulting or arising from the Operation and Maintenance of the Facilities and the care of the Facilities excluding the Employer’s Risks listed under Sub-Clause 17.3 [Employer’s Risks].”
Sub-Clause 17.4
Consequences of
Employer’s Risks
No amendment of this Sub-Clause Add to the start of Sub-Clause 17.4, the following:
“The Contractor shall give notice to the Engineer, of an Employer’s risk upon its realisation being foreseen by or becoming known to, the Contractor.”
Sub-Clause 17.8
Emergencies During
the Operation and
Maintenance period
No amendment of this Sub-Clause Add New Sub-Clause 17.8, the following:
“Operation and Maintenance Period
(a) Emergency Plan
Prior to the commencement of the O&M during Construction
Phase, the Contractor shall submit the detailed Emergency Plan
(may be included in the Operation and Maintenance Plan and/or
Operation and Maintenance Manual) into effect for handling the emergency works and urgent repairs as per the Works
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 177
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) Requirements for the event of emergency on site and off site,
which shall be agreed by the Engineer. The Emergency plan shall
be updated until the Final Contract Completion Certificate issued.
(b) Action
In the event of emergency endangering life or property, in accordance with the Emergency Plan, the Contractor shall take such action as may be reasonable and necessary to prevent, avoid or mitigate injury, damage, or loss and shall, as soon as possible, report any such incidents, including the Contractor’s response thereof, to Engineer and the contractor is required to take all necessary precautions while carrying out the work at site during the Operation and Maintenance period to avoid any chance of Accident / Damage to the man / material either to the Employer or contractor and in case of any loss or damage, contractor shall be solely responsible.
(c) Expenditure
The Contractor shall utilize its personnel to take such action as may be reasonable and necessary in the event of an emergency. Notwithstanding anything to the contrary in the Conditions of the Contract for Operation and Maintenance, the Contractor may incur any expenditure or take any other measures which the Contractor deems to be necessary (in accordance with Good Industry Practices) in the case of emergencies affecting the Facilities or the Operation of the Facilities to counteract the effects where the Contractor considers immediate action is required to safeguard lives or property.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 178
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) (d) Notification
In the event of an emergency, the Contractor shall notify the Employer and the Engineer of the emergency, the expenditure made and the actions taken. The contractor is strictly forbidden to contact any media directly. All outside inquires to the Contractor shall be directed by the Contractor to the Employer.”
Sub-Clause 18.2
Insurance for Works
and Contractor’s
Equipment
No amendment of this Sub-Clause Add to the end of Sub-Clause 18.2, the following:
“The Contractor shall ensure that an insurance for Operation and Maintenance works as specified in this sub-Clause shall be effected prior to the Commencement Date of physical Operation and maintenance Works and maintained until the issue of the Final Contract Completion Certificate, without limiting its or the Employer’s obligations and responsibilities, insure under Force Majeure conditions.
The Contractor shall, without limiting its or the Employer’s obligations and responsibilities, insure under Force Majeure conditions:
(a) The Works together with materials and Transmission & Distribution Infrastructure System for incorporation therein, to the full replacement cost (term “cost” in this context shall include profit).
(b) The Contractor’s Equipment and other things brought onto the Site by the Contractor, for a sum sufficient to provide for their replacement at the Site.”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 179
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2)
Sub-Clause 18.3
Insurance against
Injury to Persons
and Damage to
Property
No amendment of this Sub-Clause Add to the end of Sub-Clause 18.3, the following:
“The Contractor shall ensure that an insurance for Operation and Maintenance works as specified in this sub-Clause be effected prior to the Commencement Date of physical Operation and maintenance Works and maintained until the issue of the Final Contract Completion Certificate. Such insurance shall be for an amount and in terms as specified in the Contract Data.”
Sub-Clause 18.4
Insurance for
Contractor’s
Personnel
No amendment of this Sub-Clause Add to the end of Sub-Clause 18.4, the following:
“The Contractor shall ensure that an insurance for Operation and Maintenance works as specified in this sub-Clause be effected prior to the Commencement Date of physical Operation and maintenance Works and maintained until the issue of the Final Contract Completion Certificate, or the last of his or any of his Subcontractors’ employees have left the Site, whichever is the later.”
Sub-Clause 18.5
Other insurances
required by Law and
by Local Practice
No amendment of this Sub-Clause Add New Sub-Clause 18.5, the following:
“For Operation and Maintenance works, Other insurances required by Law and by local practice (if any) shall be detailed in the Contract Data and the Contractor shall provide such insurances in compliance with the details given, at his own cost.”
Sub-Clause 20.2
Appointment of the
Dispute Board
No amendment of this Sub-Clause. Add to the end of Sub-Clause 20.2 with:
“During the O&M Contract, the DB members shall be selected 3 members body consisting of Chief Secretary of the Government of NCT of Delhi or his representative, as Chairman, the Chief
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 180
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) Executive Officer of the Delhi Jal Board, and a nominee representative of the Contractor for amicable settlement. All remuneration and expenses relating DB members are own cost.”
Sub-Clause 20.4
Obtaining Dispute
Board’s Decision
No amendment of this Sub-Clause. Add to the end of Sub-Clause 20.4 with:
“Amicable Resolution During the O&M Contract:
(a) Save where expressly stated to the contrary in this Contract, any dispute, difference or controversy of whatever nature between the Parties, howsoever arising under, out of or in relation to this Contract (the “Dispute”) shall in the first instance be attempted to be resolved amicably with the Employer.
(b) In case of failure to amicably resolve the dispute under clause (a) above either Parties may require such Dispute be referred to a 3‐member body consisting of Chief Secretary of the Government of NCT of Delhi or his representative, as Chairman, the Chief Executive Officer of the Employer, and a nominee representative of the Contractor for amicable settlement. Upon such reference, both the Parties shall be required by such three member body to meet at the earliest mutual convenience and in any event within 15 (fifteen) days of such reference to discuss and attempt to amicable resolve the Dispute.
(c) If the Dispute is not amicably settled within thirty days of such meeting between the Parties, either Party shall have liberty to take further action in accordance with the law. Either Party may, within 28 days after receiving the decision, give a Notice of Dissatisfaction to the other Party indicating
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 181
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) its dissatisfaction and intention to commence arbitration.
In either event, this Notice of Dissatisfaction shall state that it is given under this Sub-Clause, and shall set out the matter in dispute and the reason(s) for dissatisfaction. Except as stated in Sub-Clause 20.7 [Failure to Comply with Dispute Board’s Decision] and Sub-Clause 20.8 [Expiry of Dispute Board’s Appointment], neither Party shall be entitled to commence arbitration of a dispute unless a Notice of dissatisfaction has been given in accordance with this Sub-Clause.”
Sub-Clause 20.5
Amicable Settlement No amendment of this Sub-Clause Add to the end of Sub-Clause 20.5, the following:
“The provisions of this Sub-Clause are intended to encourage the parties to settle a dispute amicably, without the need for arbitration: for example, by direct negotiation, conciliation, mediation, or other forms of alternative dispute resolution. Amicable settlement procedures often depend, for their success, on confidentiality and on both Parties’ acceptance of the procedure.”
Sub-Clause 20.6
Arbitration Replace the entire Sub-Clause 20.6 with the following:
“Any dispute between the Parties arising out of or in connection with the Contract not settled amicably in accordance with Sub-Clause 20.5 above and in respect of which the DB’s decision (if any) has not become final and binding shall be finally settled by arbitration. Arbitration shall be conducted as follows:
(a) if the contract is with foreign contractors (or if the lead partner is a foreign contractor, in case of JV), international
Replace the entire Sub-Clause 20.6 with the following:
“Any dispute between the Parties arising out of or in connection with the Contract not settled amicably in accordance with Sub-Clause 20.5 above and in respect of which the DB’s decision (if any) has not become final and binding shall be finally settled by arbitration. Arbitration shall be conducted as follows:
(a) if the contract is with foreign contractors (or if the lead partner is a foreign contractor, in case of JV), international arbitration with proceedings administered by the International
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 182
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) arbitration with proceedings administered by the International Chamber of Commerce (ICC) and conducted under the ICC Rules of Arbitration; by one or more arbitrators appointed in accordance with said arbitration rules.
(b) if the Contract is with domestic contractors, arbitration with proceedings conducted in accordance with the laws of the Employer’s country.
The place of arbitration shall be a neutral location determined in accordance with the applicable rules of arbitration; and the arbitration shall be conducted in the language for communications defined in Sub-Clause 1.4 [Law and Language].
The arbitrators shall have full power to open up, review and revise any certificate, determination, instruction, opinion or valuation of the Engineer, and any decision of the DB, relevant to the dispute. Nothing shall disqualify representatives of the Parties and the Engineer from being called as a witness and giving evidence before the arbitrators on any matter whatsoever relevant to the dispute.
Neither Party shall be limited in the proceedings before the arbitrators to the evidence or arguments previously put before the DB to obtain its decision, or to the reasons for dissatisfaction given in its Notice of Dissatisfaction. Any decision of the DB shall be admissible in evidence in the arbitration.
Arbitration may be commenced prior to or after completion
Chamber of Commerce (ICC) and conducted under the ICC Rules of Arbitration; by one or more arbitrators appointed in accordance with said arbitration rules.
(b) if the Contract is with domestic contractors, arbitration with proceedings conducted in accordance with the laws of the Employer’s country.
The place of arbitration shall be a neutral location determined in accordance with the applicable rules of arbitration; and the arbitration shall be conducted in the language for communications defined in Sub-Clause 1.4 [Law and Language]. Under the O&M Contract, in accordance with Sub-Clause 20.6, the place of arbitration will be New Delhi, India, being it a place of incidence.
The arbitrators shall have full power to open up, review and revise any certificate, determination, instruction, opinion or valuation of the Engineer, and any decision of the DB, relevant to the dispute. Nothing shall disqualify representatives of the Parties and the Engineer from being called as a witness and giving evidence before the arbitrators on any matter whatsoever relevant to the dispute.
Neither Party shall be limited in the proceedings before the arbitrators to the evidence or arguments previously put before the DB to obtain its decision, or to the reasons for dissatisfaction given in its Notice of Dissatisfaction. Any decision of the DB shall be admissible in evidence in the arbitration.
Arbitration may be commenced prior to or after completion of the Works. The obligations of the Parties, the Engineer and the DB shall not be altered by reason of any arbitration being conducted
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission and Distribution pipes, Pumping Stations, Service Connections,
and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone )
Section VIII.
Particular Conditions
Delhi Jal Board Tenderer
Page 183
GC Sub-Clause No. B-1: Portion of Construction Works (Section 1) B-2: Portion of Operation and Maintenance Works
(Section 2) of the Works. The obligations of the Parties, the Engineer and the DB shall not be altered by reason of any arbitration being conducted during the progress of the Works.”
during the progress of the Works.”
Sub-Clause 21
Other Operation and
Maintenance
No amendment of this Sub-Clause Add New Sub-Clause 21 as:
(a) The Contractor shall supply the water by tankers to the affected customers using his fleet of tankers and as per the regulations of the Employer.
(b) Un authorised Water Connections:
(i) The Contractor shall handle the unauthorized water
connections and connections for which the Consumers have
defaulted on the payment in his service area as per the
Employer’s By law and regulations, after due approval of the
Employer.
(ii) The Contractor shall cooperate and undertake remedial
actions by way of either regularizing the unauthorized
connections or disconnecting such properties from the
network within his service area after due approval of the
Employer.
(c) The Contractor shall report to the Engineer and Central Water
Management Centre (CWMC) in case of shortage of water where
the available water is not sufficient to face the demand. The
Employer shall consider the duration of the shortage of water
when calculating the functional guarantees deviations. The
Customers shall be notified by suitable means. The Contractor
shall take all possible measures to reduce the effect of the
shortage of water to consumers.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 184
Section IX : Annex to the Particular Conditions
- Contract Forms (CF)
Table of Forms
Letter of Acceptance ............................................................................................................185
Contract Agreement ............................................................................................................186
Performance Security ..........................................................................................................188
Advance Payment Security .................................................................................................190
Retention Money Security ...................................................................................................192
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 185
Letter of Acceptance [Insert letterhead paper of the Employer]
[Insert date]
To: [Insert name and address of the Contractor]
This is to notify you that your Bid dated [insert date] for execution of the Improvement of Water
Supply System including Operation and maintenance of Transmission & Distribution Pipes,
Pumping Stations, Service Connections and Consumer Meters with DMA formation and
NRW Reduction in Chandrawal WTP Command Area, Package 2 ( West Zone ) [insert
identification number, as given in the Contract Data] for the Accepted Contract Amount of the
equivalent of [insert amount in words and figures] [insert name of currency], as corrected and
modified in accordance with the Instructions to Bidders, is hereby accepted by our Agency.
You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract, using for that purpose one of the Performance Security Forms included in
Section IX, Annex to the Particular Conditions - Contract Forms, of the Bidding Documents
Authorized Signature:
Name and Title of Signatory:
Name of Agency:
Attachment: Contract Agreement
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 186
Contract Agreement
THIS AGREEMENT made the [insert day]day of [insert month], [insert year], between Delhi Jal
Board, Govt of NCT of Delhi (hereinafter “the Employer”), of the one part, and [insert name of the
Contractor] (hereinafter “the Contractor”), of the other part:
WHEREAS the Employer desires that the Works known as the Improvement of Water Supply
System including Operation and maintenance of Transmission & Distribution Pipes, Pumping
Stations, Service Connections and Consumer Meters with DMA formation and NRW
Reduction in Chandrawal WTP Command Area, Package 2 ( West Zone ) should be executed
by the Contractor, and has accepted a Bid by the Contractor for the execution and completion of these
Works and the remedying of any defects therein,
The Employer and the Contractor agree as follows:
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement. This Agreement shall prevail over all other Contract documents.
(i) The Letter of Acceptance;
(ii) the Letter of Technical Bid ;
(iii) the Letter of Price Bid
(iv) the Corrigendum and Addendum and reply to Pre-Bid Queries issued;
(v) the Particular Conditions – Part A;
(vi) the Particular Conditions – Part B;
(vii) the General Conditions;
(viii) the Works Requirments;
(ix) the completed Schedules;
(x) the Contractor’s Proposal, post Bid-opening correspondence and any other
documents forming part of the Contract;
(xi) the Acknowledgement of Compliance with Guidelines for Procurement
under Japanese ODA Loans; and
(xii) Affidavit
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 187
3. In consideration of the payments to be made by the Employer to the Contractor as specified in
this Agreement, the Contractor hereby covenants with the Employer to execute the Works and to
remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects therein, the Contract Price or such other sum
as may become payable under the provisions of the Contract at the times and in the manner prescribed
by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance
with the laws of the Republic of India on the day, month and year specified above.
Signed by _______________________ Signed by ______________________
for and on behalf of the Employer for and on behalf the Contractor
in the presence of in the presence of
Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 188
Performance Security
(Bank Guarantee)
[Insert Guarantor letterhead or SWIFT identifier code]
Beneficiary: The Chief Engineer (Water) Project-II
Delhi Jal Board, Govt of NCT of Delhi, (DJB)
Room 314, Varunalaya Phase II, Karol Bagh, New Delhi 110005 India
Date: [Insert date of issue]
PERFORMANCE GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of Contractor, which in the case of a joint venture
shall be the name of the joint venture] (hereinafter called "the Applicant") has entered into
Contract No. [insert reference number of the contract]dated [insert date] with the
Beneficiary, for the execution of the Improvement of Water Supply System including
Operation and maintenance of Transmission & Distribution Pipes, Pumping Stations, Service
Connections and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone ) (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in
figures]([insert amount in words]),1 such sum being payable in the types and proportions of
currencies in which the Contract Price is payable, upon receipt by us of the Beneficiary’s
complying demand supported by the Beneficiary’s statement, whether in the demand itself or
in a separate signed document accompanying or identifying the demand, stating that the
1 The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount
specified in the Letter of Acceptance, less provisional sums, if any, and denominated either in the currency(cies)
of the Contract or a freely convertible currency acceptable to the Beneficiary.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 189
Applicant is in breach of its obligation(s) under the Contract, without the Beneficiary needing
to prove or to show grounds for its demand or the sum specified therein.
This guarantee shall expire, no later than the[insert the day]day of [insert month], [insert
year]2, and any demand for payment under it must be received by us at this office indicated
above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a)
is hereby excluded.
_____________________
[signature(s)]
[Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted
from the final product.]
2 Insert the date twenty-eight days after the expected completion dateas described in GC Clause 11.9.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 190
Advance Payment Security
Demand Guarantee
[Insert Guarantor letterhead or SWIFT identifier code]
Beneficiary: The Chief Engineer (Water) Project-II
Delhi Jal Board, Govt of NCT of Delhi, (DJB)
Room 314, Varunalaya Phase II, Karol Bagh, New Delhi 110005 India
Date:[Insert date of issue]
ADVANCE PAYMENT GUARANTEE No.:[Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of Contractor, which in the case of a joint venture
shall be the name of the joint venture] (hereinafter called “the Applicant”) has entered into
Contract No. [insert reference number of the contract] dated[insert date of the contract] with
the Beneficiary, for the execution of Improvement of Water Supply System including
Operation and maintenance of Transmission & Distribution Pipes, Pumping Stations, Service
Connections and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone ) (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, an advance
payment in the sum [insert amount in figures] ([insert amount in words]) is to be made
against an advance payment guarantee.
At the request of the Applicant, we as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
([insert amount in words])1 upon receipt by us of the Beneficiary’s complying demand
supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed
document accompanying or identifying the demand, stating either that the Applicant:
1 The Guarantor shall insert an amount representing the amount of the advance payment and
denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely
convertible currency acceptable to the Employer.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 191
(a) has used the advance payment for purposes other than the costs of mobilization in
respect of the Works; or
(b) has failed to repay the advance payment in accordance with the Contract conditions,
specifying the amount which the Applicant has failed to repay.
A demand under this guarantee may be presented as from the presentation to the Guarantor of
a certificate from the Beneficiary’s bank stating that the advance payment referred to above
has been credited to the Applicant on its account number[insert number]at[insert name and
address of Applicant’s bank].
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Applicant as specified in copies of interim statements or
payment certificates which shall be presented to us. This guarantee shall expire, at the latest,
upon our receipt of a copy of the interim payment certificate indicating that ninety (90)
percent of the Accepted Contract Amount, less provisional sums, has been certified for
payment, or on the[insert day] day of[insert month], [insert year],2 whichever is earlier.
Consequently, any demand for payment under this guarantee must be received by us at this
office on or before that date..
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a)
is hereby excluded.
____________________
[signature(s)]
[Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted
from the final product.]
2 Insert the expected expiration date of the Time for Completion. ”
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 192
Retention Money Security
Demand Guarantee
[Insert Guarantor letterhead or SWIFT identifier code]
Beneficiary: The Chief Engineer (Water) Project-II
Delhi Jal Board, Govt of NCT of Delhi, (DJB)
Room 314, Varunalaya Phase II, Karol Bagh, New Delhi 110005 India
Date:[Insert date of issue]
RETENTION MONEY GUARANTEE No.:[Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that[insert name of Contractor, which in the case of a joint venture
shall be the name of the joint venture] (hereinafter called "the Applicant") has entered into
Contract No.[insert reference number of the contract] dated [insert date]with the
Beneficiary, for the execution of Improvement of Water Supply System including Operation
and maintenance of Transmission & Distribution Pipes, Pumping Stations, Service
Connections and Consumer Meters with DMA formation and NRW Reduction in
Chandrawal WTP Command Area, Package 2 ( West Zone ) (hereinafter called "the
Contract").
Furthermore, we understand that, according to the conditions of the Contract, the Beneficiary
retains moneys up to the limit set forth in the Contract (“the Retention Money”), and that
when the Taking-Over Certificate has been issued under the Contract and the first half of the
Retention Money has been certified for payment, payment of [insert the second half of the
Retention Money or if the amount guaranteed under the Performance Guarantee when the
Taking-Over Certificate is issued is less than half of the Retention Money, the difference
between half of the Retention Money and the amount guaranteed under the Performance
Security] is to be made against a Retention Money guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in figures]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN
CHANDRAWAL WTP COMMAND AREA (ID-P225) Bidding Documents
Improvement of Water Supply System including Operation and Maintenance of
Transmission & Distribution Pipes, Pumping Stations, Service Connections and
Consumer Meters with DMA formation and NRW Reduction in Chandrawal WTP
Command Area, Package - 2 (West Zone)
Section IX.
Annex to the Particular
Conditions - Contract Forms
Delhi Jal Board Tenderer
Page 193
([insert amount in words])1 upon receipt by us of the Beneficiary’s complying demand
supported by the Beneficiary’s statement, whether in the demand itself or in a separate signed
document accompanying or identifying the demand, stating that the Applicant is in breach of
its obligation(s) under the Contract, without the Beneficiary needing to prove or show
grounds for its demand or the sum specified therein.
A demand under this guarantee may be presented as from the presentation to the Guarantor of
a certificate from the Beneficiary’s bank stating that the second half of the Retention Money
as referred to above has been credited to the Applicant on its account number [insert
account’s number] at[insert name and address of Applicant’s bank].
This guarantee shall expire no later than the [insert day]day of [insert month], [insert year]2,
and any demand for payment under it must be received by us at the office indicated above on
or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758, except that the supporting statement under Article 15(a)
is hereby excluded.
____________________
[signature(s)]
[Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted
from the final product.]
1 The Guarantor shall insert an amount representing the amount of the second half of the Retention
Money or if the amount guaranteed under the Performance Guarantee when the Taking-Over Certificate is
issued is less than half of the Retention Money, the difference between half of the Retention Money and the
amount guaranteed under the Performance Security and denominated either in the currency(ies) of the second
half of the Retention Money as specified in the Contract, or in a freely convertible currency acceptable to the
Beneficiary. 2 Insert the same expiry date as set forth in the Performance Security, representing the date twenty-eight
days after the completion date described in GC Clause 11.9.